Recent developments in UK procurement regulation -- consolidated overview

I have put together a consolidated review of recent developments in UK procurement regulation, to be included as a country report in a forthcoming issue of the European Procurement & Public Private Partnership Law Review.

It brings together developments discussed in the blog in recent months. including the Post-Brexit rulebook reform, the proposal of special rules for healthcare services commissioning, the procurement chapter in the UK-Australia Free Trade Agreement, and a recent decision in the PPE procurement litigation saga.

In case of interest, it can be downloaded from SSRN: https://ssrn.com/abstract=4016424.

It contains nothing new, though, so assiduous readers may want to skip this one!

Procurement chapter in the UK-Australia Free Trade Agreement -- GPA+ or GPA complex?

Both the UK and Australia are members of the World Trade Organisation Government Procurement Agreement (GPA). The GPA is a multilateral agreement and its members generally make commitments applicable to all other members, but the GPA’s operation is also largely bilateral in the sense that countries can tailor their coverage schedules to include specific rules or derogations of commitments vis-a-vis specific GPA members (either on the basis of expected reciprocity, or otherwise).

Given this possibility of differentiated bilateral treatment within the multilateral framework of the GPA, it could seem surprising that the recent bilateral UK-Australia Free Trade Agreement (UK-AUS FTA) includes a chapter on public procurement (chapter 16). However, this approach to the inclusion of procurement chapters that go beyond existing GPA commitments (GPA+) in bilateral FTAs rather than through the GPA is not new. Australia has long engaged with this approach [see eg D Collins, ‘Government Procurement with Strings Attached: The Uneven Control of Offsets by the World Trade Organization and Regional Trade Agreements’ (2018) 8(2) Asian Journal of International Law 301–321]. As has the UK, in a manner that carries on from the EU’s approach that bound the UK until it gained independent GPA membership on 1 January 2021 [see eg M Garcia, ‘Procurement Liberalization Diffusion in EU Agreements: Signalling Stewardship?’ (2014) 48(3) Journal of World Trade 481-500].

Ways of going GPA+ in bilateral FTAs

There are two primary approaches to the creation of bilateral GPA+ procurement regimes in FTAs. One is to simply incorporate the GPA and the relevant schedules of coverage into the bilateral FTA by reference, and then add whichever ‘plus’ elements are agreed in specific FTA provisions and/or expanded schedules of coverage. This is the approach followed in the EU-UK Trade and Cooperation Agreement (EU-UK TCA), which Art 277 incorporates certain provisions of the GPA and covered procurement, and Arts 278-286 establish additional rules for covered procurement—with additional requirements for not covered procurement also contained in the TCA (Art 287-288), as well as a specific set of rules on modification of coverage, dispute resolution and cooperation (Arts 289-294).

The alternative approach is to replicate the text of the GPA itself in the bilateral FTA and to include additional commitments either as part of those provisions (eg by reducing optionality and making specific requirements mandatory), or by adding additional provisions, as well as including expanded schedules of coverage. This is for example the approach followed in the EU-Singapore FTA (Chapter 9), or the EU-Canada FTA (CETA, Chapter 19). And this is also the approach followed by the UK-AUS FTA, which includes a significant number of variations on the GPA text worth assessing (below).

Complications of going GPA+ in bilateral FTAs

From a legal interpretation perspective, the first approach (incorporation by reference) is likely to minimise risks of inconsistency between the GPA and the FTA because, unless the additional obligations overlap (and contradict) the basic obligations in the GPA, it is more likely that the FTA really only deals with the ‘plus’ agreed between its parties. In contrast, the second approach (replication) creates significant scope for legal uncertainty where the text of the GPA is altered in the process of its inclusion into the FTA, as it will not always be clear whether the parties sought to deviate from GPA obligations and, in my view, establishing the purpose of a specific deviation is more difficult to do in the context of a provision that is mostly like the GPA’s, rather than in a self-standing provision.

Either way, under both approaches, where the bilateral FTA deviates from the GPA in a way that is not clearly adding obligations or expanding scope of coverage, but rather varying or reducing the parties’ obligations towards each other, the extent to which the inclusion of an incompatible clause in the FTA will generate a change in the legal position of the parties under the GPA or more generally is unclear as, more importantly, is unclear whether it will generate a practical effect.

This can be a rather tricky issue of treaty interpretation governed by the 1969 Vienna Convention on the Law of the Treaties (Art 30), on which I will have to defer to specialists. However, from a practical perspective, it seems to me that the GPA+ approach is incapable of generating practical effects concerning a reduction or variation of the requirements applicable to the tendering of public contracts where the specific procurement is subject to dual coverage. Given that GPA+ extensions of coverage are usually only incremental above the general coverage included in the GPA schedules for each of the parties, most of the procurement opportunities covered by the FTA will be subject to such dual regulation.

Imagine a bilateral FTA that excludes a specific obligation (eg concerning the need to mention in the notice of intended procurement that the procurement is covered by the FTA) while that obligation is, however, included in the GPA. If a procurement is covered both by the GPA and the FTA, the procuring Member State will have to comply with the most demanding legal regime between the GPA and the FTA (at least vis-a-vis the other GPA members; in the example, it will have to indicate that the procurement is covered by the GPA) and, in that scenario, the practical effects of the deviation in the FTA from the GPA regulatory benchmark will be nullified (eg because it will be possible for tenderers from the FTA jurisdiction to identify the opportunity as also open to them).

While there can be some marginal circumstances in which there can be a practical effect (eg reducing or excluding access to remedies vis-a-vis tenderers from the FTA jurisdiction), those are unlikely to go unchallenged (eg on the basis that more unfavourable treatment under the bilateral FTA is incompatible with the GPA commitments, subject to issue of treaty interpretation, as above).

All in all, it seems difficult to understand why countries would want to vary or reduce their obligations under the GPA in bilateral FTAs—given that, at the end of the day, those are regulatory constraints they had accepted in the context of the GPA that bound them (also bilaterally) prior to entering into the FTA. It could be that reduced procedural or substantive guarantees are a trade-off they are willing to make in exchange for increased economic coverage of their bilateral procurement trade. But this seems to unnecessarily overcomplicate the legal environment, potentially with unpredictable consequences. However, this is clearly the approach followed in the procurement chapter of the UK-AUS FTA, which is worth looking at closely. Some of the analysis of the UK-AUS FTA will be applicable to other GPA+ FTAs, to the extent that they include the same, or similar deviations from the GPA.

Selected complications in the GPA+ (or GPA-) approach of the UK-AUS FTA

The procurement chapter of the UK-AUS FTA includes relevant deviations from the GPA (a full list is available below, Appendix). Some of these variations raise interpretive and practical issues, such as the effect of a change in the national treatment clause (arguably the pillar of the GPA regime), or a change in the wording of the main clause on remedies (another of the crucial provisions in the GPA). I will now address these two issues in detail, as they seem to me to be indicative of a GPA- rather than a GPA+ approach in the UK-AUS FTA—and thus liable to the sort of complication laid out above.

Remit of the national treatment obligation

The GPA imposes national treatment and non-discrimination obligations as the foundation of its regulatory architecture. The GPA national treatment clause reads ‘With respect to any measure regarding covered procurement, each Party, including its procuring entities, shall accord immediately and unconditionally to the goods and services of any other Party and to the suppliers of any other Party offering the goods or services of any Party, treatment no less favourable than the treatment the Party, including its procuring entities, accords to: a) domestic goods, services and suppliers; and b) goods, services and suppliers of any other Party’ (Art IV(1) emphasis added). This creates a two-tier requirement of ‘most favoured treatment’, both between the goods, services and suppliers of two given GPA members (procuring and supplying) and across the goods, services and suppliers of all GPA parties other than the procuring party.

The underlined clause leaves the possibility open for differential treatment of suppliers of a GPA party offering goods or services of a non-GPA party. This is in line with the GPA non-discrimination clause, which reads: ‘With respect to any measure regarding covered procurement, a Party, including its procuring entities, shall not: a) treat a locally established supplier less favourably than another locally established supplier on the basis of the degree of foreign affiliation or ownership; or b) discriminate against a locally established supplier on the basis that the goods or services offered by that supplier for a particular procurement are goods or services of any other Party’ (Art IV(2) emphasis added). Again, the possibility is open for differential treatment of suppliers of a GPA party offering goods or services of a non-GPA party—on the implicit assumption that domestic suppliers offering goods or services of a non-GPA party are subjected to the same differential treatment.

The UK-AUS FTA replicates these two clauses in Art 16.4(1) and (2). However, Art 16.4(1) simply states that ‘With respect to any measure regarding covered procurement, each Party, including its procuring entities, shall accord immediately and unconditionally to the goods and services of the other Party and to the suppliers of the other Party, treatment no less favourable …’. Similarly, Art 16.4(2) establishes that ‘With respect to any measure regarding covered procurement, neither Party, including its procuring entities, shall: … (b) discriminate against a locally established supplier on the basis that the good or service offered by that supplier for a particular procurement is a good or service of the other Party.

The deviation in the UK-AUS FTA from the GPA clause can raise interpretive issues concerning the possibility of differential treatment of UK or AUS suppliers offering the goods or services of a third party, which can lead to two views. One view, based on a literal interpretation of the clause, is that suppliers of either of the parties are protected under the national treatment regime, even if they offer goods or services from third parties (unless domestic suppliers offering goods or services from third parties are also subjected to specific differential treatment—eg exclusion). The other view, based on a functional/systematic interpretation that took account of the fact that Art 16.4(2)(b) only refers to locally established suppliers offering goods or services of the other party, would be that it is implicit in Art 16.4(1) that suppliers are only protected as long as they offer goods or services of one of the parties (ie UK or AUS goods or services).

The interpretation is not limited to the FTA itself, but needs to take into account the interplay with the GPA, given that the UK and AUS are bound by it in relation to the other GPA parties. In that regard, if a procurement is dually covered by the FTA and the GPA, the second interpretation in my view just does not hold water because eg a UK tenderer for an AUS contract covered by both the FTA and the GPA offering the goods of another GPA member (eg the EU) would necessarily be protected by the GPA national treatment clause in order for the EU goods not to be ultimately discriminated against in breach of the AUS-EU obligations under the GPA. And a similar effect would result from the triangular interaction between the UK-AUS FTA and other FTAs binding either of the parties.

If this is correct, it also seems difficult to argue that the interpretation of Art 16.4(1) in the FTA varies, depending on whether the third country goods or services for the purposes of the FTA being offered by a UK or AUS supplier, are (or not) also third country goods for the purposes of the GPA and/or other applicable FTAs. It should also be stressed that (pragmatically) not all third countries will be seen as deserving the same treatment (eg exclusion), so that there can be undesirable implications in eg applying differential treatment to both domestic and foreign (UK and AUS) suppliers offering third country goods or services, where the origin of those services is not the same.

Therefore, it would have been much preferable to include a specific clause in Art 16.4(1) establishing that national treatment needs to be granted to suppliers of either party offering goods or services covered by this or any other international agreements requiring equal treatment of goods or services of a specific origin — or something to that effect. An alternative would have been to change the drafting and adopt a broader clause, eg based on Art 25 of Directive 2014/24/EU [for analysis, see A La Chimia, ‘Art 25’ in R Caranta and A Sanchez-Graells, European Public Procurement. Commentary on Directive 2014/24/EU (Edward Elgar, 2021) 274-286].

Overall, this will primarily be relevant in procurement covered by the UK-AUS FTA and not the GPA (either because of differential value thresholds, or differences in scope of coverage: notably, in the concessions sector). But some of these contracts can have very high values. Against that background, it seems that the uncertainty on the proper meaning of the (reduced) national treatment clause in the FTA generates an unnecessary complication.

Watering down of procedural guarantees and access to remedies?

The GPA develops a rather robust set of requirements for the design of domestic review procedures (Art XVIII GPA). The UK-AUS FTA deviates from the GPA benchmark in two important aspects.

First, the FTA limits the right to be heard in the context of a procurement challenge. While the GPA states that ‘the participants to the proceedings … shall have the right to be heard prior to a decision of the review body being made on the challenge’ (Art XVIII(6)(b)), the FTA provides instead that ‘a supplier that initiates a complaint shall be provided an opportunity to reply to the procuring entity’s response before the review authority takes a decision on the complaint’ (Art 16.19(6)(b)). Although the relevance of these differences in wording will depend on how the review bodies and courts interpret them, there seem to be two clear intended changes:

First, a reduction of the potential scope of beneficiaries of the right to be heard, which is constrained to the supplier that initiates a complaint. Whether other ‘challengers’ are allowed in a procurement review procedures will depend on the rules on active standing, but this is clearly more prescriptive than the broader term ‘participants’ used by the GPA. It is also interesting to note that the FTA uses the term ‘participants’ in the rest of Art 16.19(6), eg concerning the right to be represented and accompanied (c), or the right to access to all proceedings (d), or the right to request that the proceedings take place in public and that witnesses may be presented (e).

Second, there is a parallel reduction of the extent of the right to be heard, which is limited to replying to the procurement entity’s response to the initial complaint. The practical implications of these changes are difficult to understand in abstract terms—although they do seem to put significant pressure on the comprehensiveness of the initial complaint and perhaps seek to bar the addition of further grounds for challenge as discovery takes place—but there must be some reason behind this (eg seeking to reduce the cost of defending procurement challenges, perhaps especially in UK Courts?).

In a similarly restrictive fashion, the FTA also includes changes in the regulation of remedies. There are two issues.

The first one is an omission of the possibility to obtain a suspension of proceedings as an interim measure. While the GPA clearly indicates that the obligation to provide for rapid interim measures includes the possibility that ‘Such interim measures may result in suspension of the procurement process’ (Art XVIII(7)(a) GPA), the FTA omits that explicit reference (Art 16.19(7)(a) FTA). In general, the FTA would to me seem insufficient to exclude suspension as a potential interim measure if it is generally available under the applicable procedural rules, but this should perhaps be analysed with the second change in the regulation of remedies.

The second change is a relocation of the public interest clause allowing for the overriding adverse consequences of a procurement challenge to be taken into account, so that it not only applies to the possibility of seeking interim relief, but also to corrective action. In the GPA, the obligation to provide for rapid interim measures is caveated as follows: ‘The procedures may provide that overriding adverse consequences for the interests concerned, including the public interest, may be taken into account when deciding whether such measures should be applied. Just cause for not acting shall be provided in writing’ (Art XVIII(7)(a) GPA). This clearly is meant to allow a review body not to adopt interim measures, but without prejudice of an eventual decision on corrective action or financial compensation, which are separately regulated (Art XVIII(7)(b) GPA).

Conversely, in the FTA, the public interest clause is placed at the end of the relevant provision (Art 16.19(7)) and covers both the obligation to adopt or maintain procedures that provide for (a) prompt interim measures to preserve the supplier's opportunity to participate in the procurement; and (b) corrective action that may include compensation. This can hardly be seen as a clerical error, but the likely intended effect of excluding financial compensation on grounds of an overriding public interest is, in my view, unlikely to be upheld in case of challenge, especially bearing in mind that the FTA has already significantly limited the scope for financial compensation in establishing that ‘If the review authority has determined that there has been a breach or a failure [of the claimant’s rights under the FTA or the domestic rules implementing it] a Party may limit compensation for the loss or damages suffered to either the costs reasonably incurred in the preparation of the tender or in bringing the complaint, or both’ (Art 16.19(5)).

The possibility to completely exclude financial compensation for breach of the FTA obligations would render the system toothless. Moreover, this is clearly a deviation that would be disputed in terms of legal interpretation (eg in relation to dual coverage procurements under the GPA and the FTA). Once again, it seems that the uncertainty on the proper meaning of the watered down procedural guarantees and access to remedies in the FTA generate an unnecessary complication.

Some final thoughts on increased coverage, and its bilateral nature

A final issue worth considering is the technical complexity (and tediousness) of identifying the economic coverage gains expected of a GPA+ procurement chapter in an FTA. While this is probably abundantly clear to negotiating teams, it is quite difficult to assess on the basis of the written agreement, even carefully combing through the schedules of coverage of the GPA and the FTA. In that regard, it would be helpful if those assessments were published, or for the relevant publications to include more detail.

The Impact Assessment of the UK-AUS FTA published by the Department for International Trade (DIT) solely contains a brief paragraph (and a complicated footnote) to support rather large headline claims:

‘Australia has offered the UK more legally guaranteed procurement market access than it has offered in any other FTA, amounting to approximately £10 billion of new legally guaranteed market access for UK businesses per year.[34] In return, the UK has offered to build on the legally guaranteed market access offered to Australia in the GPA by offering additional sub-central entities and coverage of additional services’ (Impact assessment, at 21).

[34] This estimate has been derived using a combination of publicly available contract award notices (AusTender, 2018-2019). Where data is missing or unavailable, individual expenditure reports for relevant entities have been sourced. Certain assumptions have then been applied using published OECD statistics (OECD Government at a Glance, 2019). Australia provided estimates for the value of their services offer. Detailed UNSPSC-CPC matching was undertaken, with the help of Australia, to determine which exact services would come into scope of their offer. This estimate was then verifed by DIT analysts.

As things stand, the only other way of getting a sense of how much more procurement volume is susceptible of trade liberalisation and in which sectors is by looking into the documents published to ‘sell’ the conclusion of the FTA. In the specific case of the UK-AUS FTA, this other DIT document on ‘UK-Australia Free Trade Agreement: Benefits for the UK’ is illustrative. However, there are a couple of points to note about the way the ‘trade gains’ are presented.

One point is that these documents would be more useful (and credible) if they made it very clear that most of the additional opening in procurement is either reciprocal (in strict terms) or based on mutual concessions. For the agreement to be balanced, both parties need to see a similar volume of benefits and, while it is possible to compensate for net gains in one chapter (eg procurement) against another (eg financial or digital services), it would seem odd if one of the parties was clearly massively better off than the other in any given chapter, or at least in the procurement chapter, given that FTA concessions build on already existing GPA concessions and a very unbalanced FTA chapter on procurement could put pressure on the relevant party to review its GPA schedules more generally).

This is important eg in the context of the inclusion of public works concession contracts under the UK-AUS FTA because the DIT document makes significant emphasis on the opportunities for UK companies to bid for opportunities in Australia, especially in the rail sector, but this perhaps is slightly dampened by the fact that this opening up is reciprocal, as well as by the fact that some of the largest operators of rail franchises in the UK already are not ‘British’ (see eg here), which raises some questions on the extent to which there are direct advantages to UK companies commensurate to the economic claims in the impact assessment or the more accessible document on benefits for the UK.

The other point is that these documents need to be precise as to the incremental opening of procurement specifically brought by the FTA. In the second DIT document, there is eg a rather broad claim that 'UK companies will have a legally guaranteed right to bid for all contracts for financial and business services procured by Australian government bodies covered by this deal. For example, UK businesses will now have a right to bid for financial and business service contracts procured by the Australian Financial Security Authority and other federal and state-level finance departments. This will help UK businesses compete on an equal footing with Australian companies’ (emphasis added).

This is, well ... at least imprecise. The Australian Financial Security Authority (AFSA) is already covered in the GPA (AUS Annex 3), so its procurement of services is already covered (AUS Annex 5, and thanks to reciprocity of coverage of financial and related services in the UK's own Annex 5), as long as the value threshold of SDR 400,000 is crossed. What the UK-AUS FTA does is changing AFSA's classification as a Section A entity (equivalent to AUS Annex 1 in the GPA) and this reduces the value threshold for services to SDR 130,000. So, while there is clearly an incremental change, it is also clear that UK businesses already had a right to bid for AFSA contracts for financial services (just not the right to bid for those between SDR 400k and 130k). In my view, avoiding potentially misleading simplifications of the complex and incremental ways in which a GPA+ FTA extends procurement liberalisation would be desirable.

Conclusion

Until now, I had never really looked in detail at GPA+ procurement chapters in FTAs, but it does seem like there is plenty to reflect upon and perhaps even a research project hidden somewhere. If anyone has any useful suggestions, or if anyone can point me to existing research on this topic that I may have overlooked, I would be most grateful: a.sanchez-graells@bristol.ac.uk.

Appendix: The procurement chapter in the UK-AUS FTA in detail

Comparing the text of the procurement chapter in the UK-AUS FTA with the GPA, I have identified the differences below (I may have overlooked some, but hopefully not):

Art 16.1 Definitions - two seemingly technical differences:

  • it includes a definition of ‘build-operate-transfer contract’ / ‘public works concession contract’ to reflect the expanded coverage (below, 16.2).

  • it also includes a modification in the definition of ‘technical specifications’ as applicable to ‘services’, which adds ‘applicable administrative provisions’ as part of the definition.

Art 16.2 Scope

Scope of application reflects an extension of scope (GPA+), including:

  • there is no exclusion of procurement ‘with a view to commercial sale or resale, or for use in the production or supply of goods or services for commercial sale or resale’ (cfr Art II(2)(a)(ii) GPA).

  • coverage is extended to include procurement by means of ‘build-operate-transfer contracts and public works concessions contracts’, which brings concessions (especially in transport) under the scope of the FTA.

Given the bilateral nature of the FTA, the Schedules are required to regulate issues included in the core text of the GPA (a threshold adjustment formula and information on the procurement system).

Excludes the rule on delegated procurement in Art II(5) GPA.

A new section on Compliance includes:

  • a general ‘good faith’ obligation (16.2(5))

  • a varied non-circumvention clause (16.2(6)) that excludes the intentional element of the GPA equivalent (Art II(6)(a))

  • a clause explicitly allowing both parties and their contracting authorities to develop ‘developing new procurement policies, procedures or contractual means, provided that they are not inconsistent with this Chapter’ (16.2(7)) — which I read as an (unnecessary) hint to the ongoing process of reform of the UK’s procurement rulebook following the Transforming Public Procurement green paper consultation.

The section on Valuation includes

  • a specific addition in the rules on the calculation of contract value to capture any ‘other revenue stream that may be provided for under the contract’, which will be particularly relevant for concessions;

  • a looser regulation of the rule on recurring contracts than in the GPA (cfr Art II(7)); and

  • a streamlined and seemingly stricter approach to the coverage of contracts with unknown total value (cfr Art II(8) GPA), which will also be particularly relevant for concessions.

Art 16.3 General exceptions

  • does not include the defence exception in Art III(1) GPA.

  • creates a new clarification seemingly tailored to the climate crisis, whereby it is stressed that the possibility of adopting or maintaining measures ‘necessary to protect human, animal or plant life or health’ ‘includes environmental measures’.

Art 16.4 General principles

In regulating the general principle of National Treatment and Non-Discrimination, the FTA introduces two variations on the GPA:

  • the wording of the national treatment requirement excludes an important element of the GPA’s clause concerning ‘suppliers of any other Party offering the goods or services of any Party’ (Art IV(1) emphasis added). See analysis above.

  • there is a specific clause clarifying that ‘All orders under contracts awarded for covered procurement shall be subject’ to the national treatment and non-discrimination obligations (Art 16.4(3)), which will be particularly relevant in the context of framework agreements and similar procurement vehicles.

The FTA makes the Use of Electronic Means mandatory beyond GPA requirements.

The FTA also seems to strengthen the prohibition of Offsets by stressing that they cannot take place ‘at any stage of a procurement’ (Art 16.4(8)). However, given eg the general notes of the Australian schedule (Section G 1(c) and 1(d)), the practical effectiveness of this remains to be seen.

Art 16.6 Notices

The FTA imposes the Electronic Publication of Notices, also at sub-central level (Art 16.6(1)).

There are some changes concerning the content of the Notice of Intended Procurement:

  • there is no reference to the ‘cost and terms of payment, if any’ related to access to procurement documents, which could suggest that charges are forbidden;

  • there is no reference to an obligation to include ‘a description of any options’ (which would seem like an unwanted omission);

  • there is no obligation to include ‘an indication that the procurement is covered by this Agreement’ (but see above re interplay with that requirement in Art VII(2)(l) GPA);

  • there are no references to the publication of summary notices - which are a language-based specific requirement of the GPA that is probably irrelevant in the context of an FTA between two English-speaking countries;

  • there is no option for the use of a Notice of Planned Procurement as a Notice of Intended Procurement for sub-central and other procuring entities ex Art VII(5) GPA.

Art 16.7 Conditions for participation

Art 16.7(2)(a) extends the prohibition on requirements for local experience, forbidding not only requirements that ‘the supplier has previously been awarded one or more contracts by a procuring entity of a Party’ (as in the GPA), but also requirements that ‘the supplier has prior work experience in the territory of that Party’.

Art 16.8 Qualification of suppliers

There are some precisions concerning Registration Systems and Qualification Procedures, including:

  • an explicit (if unnecessary?) prohibition on using registration systems or qualification procedures to delay or bar consideration of specific suppliers (Art 16.8(3)(b) FTA, cfr Art IX(3) GPA);

  • a new set of rules concerning supplier registration systems (Art 16.8(4));

  • mandatory electronic publication of multi-use lists requiring continuous availability (which makes part of GPA requirements for paper-based or time-limited lists redundant; cfr Art IX(8) and (9));

  • suppression of the requirement for notices of multi-use lists to include ‘an indication that the list may be used for procurement covered by this Agreement’ (cfr Art IX(8)(e); see also above Art 16.6).

There are some implicit changes regarding Information on Procuring Entity Decisions indicating the possibility to delegate the management of procurement procedures (see Art 16.8(14) and (15), referring to ‘a procuring entity or other entity of a Party’).

Art 16.9 Technical Specifications and Tender Documentation

There is a clause that goes beyond the text of the GPA on Technical Specifications, for data governance concerning ‘sensitive government information’ (Art 16.9(7), which can in part mitigate for the omission of the exception in Art III(1) GPA, as above Art 16.3 FTA);

There are some differences on Tender Documentation requirements:

  • small technical change concerning the description of the conditions for participation (Art 16.9(8)(b));

  • omission of the possibility of running procurements where price is the sole award criterion (Art 16.9(8)(c), although this is foreseen in Art 16.14(5)(b), so it looks like an unwanted omission).

There is a new clause on Preliminary Market Research and Engagement (Art 16.9(13).

Article 16.10 Time-Periods

The requirement for time periods and any extensions thereof to apply equally to all interested or participating suppliers is relocated (see Art 16.10(7) cfr Art XI(1) in fine GPA).

Given the obligation to publish notices of intended procurement by electronic means (Art 16.4(4)(a) and 16.6(1)), the possibility to shorten time periods for the submission of tenders on that basis makes little sense (Art 16.10(5)(a)), other than as a hangover rule meant to maintain alignment with the GPA (Art XI(5)(a)).

Art 16.12 Limited Tendering

The FTA modifies the grounds allowing for limited tendering to acquire ‘a prototype or a first good or service that is developed at its request’ (Art XIII(1)(f) GPA) to cover ‘a prototype or a first good or service that is intended for limited trial or that is developed at its request’ (Art 16.12(1)(e) emphasis added), with the remit of such limited trial remaining undefined. The same provision adds clarification that subsequent procurement of such goods or services are fully covered.

16.15 Transparency of Procurement Information

The FTA makes the Publication of Award Information mandatorily electronic (Art 16.15(2)).

The FTA omits the GPA rules on the Collection and Reporting of Statistics (Art XVI(4) and (5) GPA).

Article 16.17 Environmental, Social and Labour Considerations - entirely new.

Article 16.18 Ensuring Integrity in the Procurement Process - entirely new.

Article 16.19 Domestic Review Procedures

The FTA reorders part of the content of Art XVIII GPA, and introduces two relevant changes (analysed above):

  • limitation of the right to be heard: instead of following the GPA clause stating that ‘the participants to the proceedings … shall have the right to be heard prior to a decision of the review body being made on the challenge’ (Art XVIII(6)(b)), the FTA provides instead that ‘a supplier that initiates a complaint shall be provided an opportunity to reply to the procuring entity’s response before the review authority takes a decision on the complaint’ (Art 16.19(6)(b)); and

  • change in the regulation of remedies, including: (1) an omission of the possibility to obtain a suspension of proceedings as an interim measure (Art 16.19(7)(a) FTA cfr Art XVIII(7)(a) GPA); and (2) a relocation of the public interest clause allowing for the overriding adverse consequences of a procurement challenge to be taken into account, so that it not only applies to the possibility of seeking interim relief, but also to corrective action (Art 16.19(7) cfr Art XVIII(7)(a) GPA).

Article 16.20 Modifications and Rectifications to Annex - introduces changes to reflect bilateral nature of FTA.

Article 16.21 Facilitation of Participation by SMEs - entirely new (although practical effect may be doubtful, given that SME preferences are allowed).

Article 16.22 Cooperation - entirely new. interestingly, it includes cooperation on ‘exchanging government procurement statistics and data’ despite the suppression of the requirements concerning collection and reporting of statistics as per the GPA (Art XVI(4) and (5), above).

Third nomination to the 2022 Antitrust Writing Awards -- please vote

Dear HTCaN friends,

If you follow the blog, you will know that I run it out of interest and passion for procurement, competition and digital governance topics. If you follow, you probably share those interests and hopefully find something interesting here every now and then. I am very glad that we can share this space.

However, being an academic subject to quite a few pressures (publish or perish, etc), it is sometimes difficult to justify the effort and time that goes into it—as opposed to, say, ‘writing proper papers’. This is why nominations to the Antitrust Writing Awards for content published in this blog are always a boost for me — and a useful way to show the powers to be that legal blogging has practical value!

It was good to be nominated in 2015 and 2016, and it is now also great to be nominated again for the 2022 awards for the entry on the European Commission’s bid rigging exclusion guidance of March 2021.

Now in their 11th year, the Antitrust Writing Awards are the field’s largest awards for written thought. For this 11th edition, the Editorial Committee received a record-breaking 1,200+ submissions and, for the category for which the blog is nominated (business article on concerted practices), the Committee selected 29 nominees out of 630 submissions.

As a reader, you can vote online for your favourite writings until March 25, 2022. I would sincerely appreciate it if you considered voting for my entry, which you can do following this link.

Thank you, as always, for your continued support for the blog.

All the best,
Albert

Interesting twist on the interpretation of extremely urgent procurement rules -- re [2022] EWHC 46 (TCC)

One of the most awaited court decisions in the PPE procurement litigation saga in the UK was handed down yesterday—see R (Good Law Project and EveryDoctor) v Secretary of State for Health and Social Care [2022] EWHC 46 (TCC). The case concerned, among other things, the interpretation of the authorisation to use a negotiated procedure without prior publication on grounds of extreme urgency, and its limits, under reg.32(2)(c) and 32(4) of the Public Contracts Regulations 2015 (‘PCR2015’), which transpose Art 32(2)(c) of Directive 2014/14/EU verbatim.

The case required an EU law conforming interpretation due to the procurement predating the end of the Brexit transition period (see para [308]). The High Court thus engaged in an analysis of CJEU case law and a functional interpretation of reg.32(2)(c) and 32(4) PCR2015 that is directly of interest regarding the interpretation of Art 32(2)(c) Dir 2014/14/EU (on which see P Bogdanowicz, ‘Article 32’ in R Caranta and A Sanchez-Graells, European Public Procurement. Commentary on Directive 2014/24/EU (Edward Elgar, 2021) 350-362]. There are two points worth highlighting in the Judgment (see also Pedro Telles’ hot take yesterday).

First, the High Court confirmed the ‘blanket approach’ interpretation that the pandemic, in its early stages, was itself sufficient justification to ‘deactivate’ procurement rules through the exception to competitive requirements in reg.32(2)(c) and 32(4) PCR2015 / Art 32(2)(c) Dir 2014/24’EU (paras [329]-[331]). This has been the position of the UK Cabinet Office and the European Commission in their ‘pandemic procurement’ guidelines of March and April 2020, respectively, and one that I share (see A Sanchez-Graells, ‘Procurement in the time of Covid-19’ (2020) 71(1) NILQ 81-87, at 83; see also Bogdanowicz, above, at 32.23, contra Telles, above).

Second, and more interesting, the High Court considered whether the authorisation to carry out a negotiated procedure without prior publication is still subject to some of the requirements of the PCR2015 (and, by analogy, Directive 2014/24/EU). The High Court found that, under certain circumstances, extremely urgent procurement is still bound to respect the equal treatment requirement of reg.18 PCR2015 / Art 18 Dir 2014/24/EU. The High Court’s reasoning was that

It is … necessary to consider whether there are any constraints on the permissible approach by a contracting authority when acting under regulation 32; in particular, whether there is an irreducible minimum standard of objective fairness that applies to such procurements, even in the absence of open competition (at [334], emphasis added).

and that

Regulation 18 provides that contracting authorities shall treat economic operators equally and without discrimination and shall act in a transparent and proportionate manner. Regulation 32 does not expressly disapply the obligations set out in regulation 18. … the question that arises is whether there is any implicit exclusion, or modification, of this provision arising from operation of the negotiated procedure without notice (at [340], emphasis added).

Within this framework, and taking into account the peculiar circumstances of the case — ie the fact that the UK Government ‘operated a high priority lane (“the High Priority Lane”, also referred to as … “the VIP Lane”), whereby suppliers who had been referred by Ministers, [Members of Parliament] and senior officials were afforded more favourable treatment, significantly increasing their prospects of being awarded a contract or contracts’ (at [4]) — the High Court established that

It is reasonably clear that where there is only one economic operator who can provide the works, supplies or services, the principle of equal treatment can have no application. Where there is no alternative source, there will be no comparative exercise carried out and no question of any discrimination arises. However, where the contracting authority considers bids from more than one economic operator, whether at the same or at different times, there is no obvious rationale for disregarding the principle of equal treatment in terms of the criteria used to decide which bidders should be awarded a contract. Dispensing with a competition does not justify arbitrary or unfair selection criteria where more than one economic operator could satisfy the demand (at [341]).

I have two comments here. The first one is that the analysis at para [341] is partially flawed when it initially refers to the existence of a single supply source, as that is covered by the grounds in reg.32(2)(b) PCR2015 / Art 32(2)(b) Dir 2014/24/EU. A proper analysis under ground (c) on extreme urgency should have triggered a different logic, as the presence of extreme urgency allows contracting authorities to simply choose a provider regardless of the existence of alternative providers, precisely because the supply, works or services are so urgent that there is no time to consider alternatives. The choice of the specific supplier to which the contract will be awarded is discretionary, and subject only to documentary requirements primarily concerned with the concurrence of the circumstances justifying the use of the negotiated procedure without prior publication (see Sanchez-Graells, above, 83).

If this premise is correct, on the basis of a maiore ad minus logic, the argument is difficult to extend to a situation where the contracting authority makes repeated choices for the direct award of contracts. That does not mean that unequal treatment is allowed, but rather that the source of the requirement for equal treatment can hardly be found in reg.18 PCR2015 / Art 18 Dir 2014/24/EU in relation to reg.32(2)(c) PCR2015 / Art 32(2)(c) Dir 2014/24/EU because its exclusion is implicit in the authorisation to directly and discretionarily choose the economic operator to be tasked with the extremely urgent supply, service provision or works—regardless of whether there is only one possible source or not, as that is covered in ground (b) of those rules instead.

The High Court dismissed this argument as follows:

The Defendant submits that, as he was not constrained to implement any competitive tender process, it was lawful for the Defendant to elect to approach an economic operator of his choice and negotiate directly with such economic operator for the purposes of awarding any individual public contract. In those circumstances, it is submitted, the principle of equal treatment did not apply. In my judgment that submission goes too far. It would be open to the Defendant to justify the selection of one economic operator but only: (i) where he could bring himself within the conditions set out in regulation 32(2)(b), for example where only one economic operator could source the required PPE; or (ii) where he could justify the extent of such derogation from the principles in regulation 18 under regulation 32(2)(c), for example where only one economic operator could source the PPE within the required timescale. That interpretation is consistent with the guidance issued by the European Commission on 1 April 2020 [at [346]).

I submit that the legal analysis of the High Court in this point is incorrect, simply because there is no single source requirement in reg.32(2)(c) PCR2015 (or in Art 32(2)(c) Dir 2014/24), even if this can be a matter of policy, as reflected in the European Commission’s guidance (at 1 and 2.3). And the absence of a sole source requirement is entirely justified on operational grounds. Imagine a situation where the contracting authority with the extremely urgent need identifies a potential provider and successfully and quickly reaches an agreement to get its urgent need satisfied. It would defy all logic to require the contracting authority to then check whether ‘only [that] undertaking is able to deliver within the technical and time constraints imposed by the extreme urgency‘ (in terms of the Commission’s guidance) and, if not, then engage with additional negotiations with the other/s, which would only generate further delay in getting the extremely urgent (public) need satisfied. Sole source requirements simply make no sense in this setting. In fact, the Commission’s guidance was (contradictorily?) clear that ‘as set out in Art. 32 of Directive 2014/24/EU (the ‘Directive’), public buyers may negotiate directly with potential contractor(s) and there are no publication requirements, no time limits, no minimum number of candidates to be consulted, or other procedural requirements. No procedural steps are regulated at EU level. In practice, this means that authorities can act as quickly as is technically/physically feasible – and the procedure may constitute a de facto direct award only subject to physical/technical constraints related to the actual availability and speed of delivery‘ (emphasis added), with this requirement logically only meaning that the awardee of the contract needs to be able to actually deliver at speed (which was the flaw with eg the ventilator challenge, see here).

Conflating both requirements constitutes an improper interpretation that runs contrary to the CJEU case law on extreme urgency grounds for the use of the negotiated procedure without prior publication. This may seem like a technical point, but I think it is important. It is also a rather unnecessary point for the High Court to have made, as the Judgment does not rest on it. At paras [348] and [350], the Court is clear that the equal treatment requirement emerged from the way in which the discretion was exercised, because the VIP Lane created a procedure that was structurally and unavoidably discriminatory.

Linked to that, my second comment is that the exclusion of reg.18 by reg.32(2)(c) PCR2015 (and EU equivalents) should not have pre-empted the finding of an ‘irreducible minimum standard of objective fairness’ in the organisation of a system to make repeated or multiple direct awards in the context of an extremely urgent need (the VIP Lane). However, such requirements should derive from general administrative law rules or principles and, in particular in the context of procurement covered (and authorised to be carried out via a negotiated procedure without prior publication) by EU law, from the duty of good administration in Article 41 of the Charter of Fundamental Rights of the EU (‘Charter’) — although, admittedly, the relevance of Art 41 Charter to procurement carried out by the Member States is controversial (in favour, AG Sharpston, Opinion in Varec, C-450/06, EU:C:2007:643, at 43; cfr. AG Bobek, Opinion in HUNGEOD, C‑496/18 and C‑497/18, EU:C:2019:1002, at 50).

And, although I am not an expert in UK public law, I would also have thought that general requirements of administrative decision-making should apply to that effect, such as the requirement for decision-makers to consider all issues which are relevant to a decision and not to consider any issues which are not [for discussion in the context of automated decision-making, and with references to case law, see J Cobbe, ‘Administrative law and the machines of government: judicial review of automated public-sector decision-making’ (2019) 39 Legal Studies 636-655, at 650]. However, the High Court also dismissed this argument, although seemingly on the specific factual circumstances of the case (at [456]-[459]).

So it could be that the stringency of the English case law’s approach to the control of objectivity in administrative decision-making provides an explanation for the, in my view, improper interpretation of the requirements that can be attached to procurement via a negotiated procedure without prior publication on grounds of extreme urgency. Whether the CJEU is likely to follow a similar approach to the imposition of equal treatment requirements in the interpretation of Art 32(2)(c) Dir 2014/24/EU in the future is thus difficult to assess.

What's in a consultation? -- comments on the UK Government's Transforming Public Procurement response

On 6 December 2021, almost a year after launching the public consultation on Transforming Public Procurement in the UK post-Brexit, the Cabinet Office published its long-awaited Government response (the response). This now moves the process of reform of the UK procurement rulebook to the pre-legislative stage, with a Procurement Bill expected to be introduced in Parliament in the relatively near future and changes entering into force not earlier than 2023 — and, in any case, with a planned six months’ notice of “go-live”, once the legislation has been concluded.

The response has been published a few months later than initially expected (due to the high level of interest it attracted, see below) and legislation is likely to be introduced to Parliament with a significant delay as well. The legislative reform process is unlikely to generate practical results much earlier than 2024. This can only be an indication (if any was needed) of the complexity and the difficulty of significantly changing the procurement rulebook, which the consultation and now the response largely gloss over. For comparison, it is worth recalling that the process of reform of the EU procurement rules spanned a period of roughly three years (2011-2014), which the UK’s reform (despite not requiring complex inter-governmental and inter-institutional discussions and negotiations, or does it?) is unlikely to beat by much.

The response is meant to reflect on the 629 (unpublished) submissions to the public consultation and, in itself, the way the analysis of the responses has been carried out deserves some comment. The content of the response, perhaps less so, as it largely leaves the proposals unchanged and is thus liable to the same criticisms the original proposals attracted (in addition to my own comments here, here and here, see eg those of Pedro Telles, or the Local Government Association).

Consultation process: all submissions are equal, or are they?

Shortly after the response was published, it became apparent that the Cabinet Office had dealt with the feedback it received in the same ‘consultation by numbers’ approach that has characterised recent consultations on the reform of other aspects of UK procurement regulation, such as the rules applicable to the commissioning of healthcare services for the English National Health Service (NHS, see comment here) that seek to implement the NHS Long-Term Plan. This is not unique to the UK and, in fact, EU-level consultations on procurement reform broadly followed the same method.

Under this approach, the response provides limited or no engagement with specific submissions or arguments, and simply discloses statistical information on the level of support for each of the different parts of the consultation (as per the government’s own coding of the responses, that is). As the response makes explicit, ‘Throughout this document ‘[clear] majority’ means more than [70%] 50% of respondents, ‘about half’ means 50% ± a few percentage points, ‘some’ means 30-50%, ‘a few’ means 10-30% and ‘a small number’ means less than 10%’ (page 10, fn 1).

This is far from unproblematic, given the diversity of backgrounds and positions of those making submissions to the public consultation. While this was half-jokingly but well encapsulated by Peter Smith on twitter (see image), it is a serious flaw in the approach to public consultations for two reasons. The first and rather obvious is that not all submissions should carry the same weight because the institution or person making the submission and their expertise (own agenda, etc) matter, especially in fields of technical regulation where there is limited scope for canvassing general support for policy direction and the consultation is rather focused on complex legislative changes. While such a ‘referendum-like’ approach to public consultation may suit yes/no policy questions (eg should the UK de-legalise a specific substance?), it can hardly work for more complex proposals. If nothing else, the limited suitability of the approach is implicitly recognised in the response and its frequent indication that a significant number of submissions stressed the need for much more detail on the proposals before passing judgement on them.

The second problem is that such a bunching of responses and presentation of proposals as being supported by the majority can make the relevance of the changes introduced in view of the ‘minority’ opinion of respondents difficult to understand, as well as hide the origin of those changes. This is important from the perspective of accountability in the policy formulation process, but also more prosaically in terms of crediting good ideas and suggestions where credit is due.

Taking Q1 on principles of procurement as an example, the response indicates that ‘a clear majority of respondents (92% of the 477 responses to this question) were in favour of the principles [of public procurement: the public good, value for money, transparency, integrity, fair treatment of suppliers and non-discrimination]’ (at [28]). The rest of the summary of submissions indicates some concerns with the removal of proportionality (20%), and some issues around labelling of the principle of ‘fair treatment’, or how they can be implemented in practice. There is no reference to calls for maintaining the principle of competition, which were quite forcefully made by the Competition and Markets Authority (CMA), or myself if I can say so.

Given that the criticism of an absence of a competition principle is not reflected in the summary of submissions, it is probably difficult to understand (for anyone not having made that point themselves, or having read the very few submissions that are publicly available) why, in the response — seemingly out of the blue — the government indicates that ‘We will introduce an additional objective of promoting the importance of open and fair competition that will draw together a number of different threads in the Green Paper that encourage competitive procurement’ (at [39]). It is also unclear whether this will be narrowly understood as an anti-collusion goal/principle seeking to focus contracting authorities’ attention in the reduction of the risk of illegal bid-rigging cartels, as proposed by the CMA (at [3.3]), or a broader goal/principle in line with my own proposals (at pp 11-12) (or someone else’s).

Of course, it would be difficult and tedious (and probably not very useful) to provide a comprehensive discussion of all submissions received, but the response should be expected to provide much better reasons for changes on the initial proposals, as well as some traceability of the origin of those counter-proposals. In their absence, it is difficult to assess whether the changes are properly justified, or rather reflect some sort of ‘mob rule’ (where a ‘majority’ supported the change) or, conversely, an instance of regulatory capture by a special interest (where a change is untraceable, but likely to have originated from a (super)minority, or perhaps a single or limited number of submissions).

In any case, the response makes it clear that there are limited changes resulting from the public consultation process and that the Procurement Bill will be largely based on the initial consultation proposals. The rest of this post highlights some of the (few) notable changes.

What will change after the consultation?

It would take long to stress what has not changed in the Cabinet Office’s approach to procurement reform after the public consultation, but a couple of unchanged elements of the overall strategy merit some highlight.

The first one is the continuation of the claim that the process will simplify the procurement regulatory framework, while it is clear that this is not a true simplification exercise, but rather one of legislative offloading that will complicate enforcement. This is, in my view, obvious in the response’s proposed next steps, which include the ‘plan to produce a detailed and comprehensive package of published resources (statutory and non-statutory guidance on the key elements of the regulatory framework, templates, model procedures and case studies)’ (at [24]). Post-reform, procurement practitioners will have to fully understand not only the new legislation (primary and secondary), but also the entirety of that ‘comprehensive package’ and the interaction between the different documents. This is not a scenario I would be looking forward to if I hoped for a simpler rulebook post-reform.

The second one is the continued lack of commitment of funding for the training programme (and additional recruitment?) required to deliver the gains expected of the reform. The response continues to indicate that ‘subject to future funding decisions, we intend to roll out a programme of learning and development to meet the varying needs of stakeholders’ (at [24]). This perpetuates the uncertainty on whether the rollout of the new regulatory package will be properly supported and it is difficult to understand why the commitment to fully fund this transformation programme has not yet been made (not even at a political level, unless I missed something). Given the state of UK finances in the foreseeable future, this is a major implementation risk that should have required a different approach.

Moving on to the changes in the original proposals, the following is a non-exhaustive list of the primary changes and some short comments relating to a few of them.

  • The response announces the introduction of a distinction between objectives and principles of procurement, ‘so that the obligations on contracting authorities are clearer’ (at [34]). Further, some ‘other concepts set out in the Green Paper will be established as statutory “objectives”, ensuring that they will influence decision-making in the procurement process. With some limited exceptions these objectives will apply throughout the procurement lifecycle (at [38]).
    Quite how this will provide clarity is anybody’s guess, or at least it escapes me (and it has since 2009, as I already struggled with distinguishing between a goal and a principle of competition in my PhD thesis…).
    It is also not clear which will be the statutory objectives, but it seems that ‘public good’ (framed as maximising ‘public benefit’), ‘value for money’ and ‘integrity’ will be statutory objectives (at [40]). This would leave the principles of transparency, fair treatment of suppliers and non-discrimination as the only procurement principles (stricto sensu) and would, in the end, solely imply a repeal of the principle of proportionality (or, rather, its relabelling as ‘fair treatment’), largely neutralised (confusingly) by an atomisation of proportionality requirements throughout the new regulations (at [42], eg in relation to award criteria at [128]). It is hard to see much of a (substantive) change compared to the current regulation of procurement principles in reg.18 PCR2015. Plus ça change …

  • Introduction of ‘an additional objective of promoting the importance of open and fair competition’ (at [39]). This is a welcome development, but the devil will be in the detail (see above).

  • Revision of the proposal for the creation of a new Procurement Review Unit (PRU) (at [46]), supported by a non-statutory panel of subject-matter experts (at [49], and see also [61-3]), tasked with delivering the same service as the Public Procurement Review Service (at [47]) but with a main focus on ‘on addressing systemic or institutional breaches of the procurement regulations’ (at [48]). Legislation will provide the PRU with new powers (at [52]). PRU will be able to issue mandatory recommendations to address legal compliance (at [53-4]), but not in relation to specific procurement decisions (at [53], ie it will not act as a review body). PRU will also be able to issue statutory guidance if it identifies common patterns of non-compliance (at [56]).

  • The response maintains the goal of creating a single rulebook combining the existing four sets of regulations, but there will be exceptions for utilities (see also [78-85]), defence & security procurement (see also [87-91]), and a completely separate regime for healthcare services commissioning (at [69-72]). There will also be some specific rules concerning concessions (at [86]).
    The extent to which there will be a single rulebook other than in name will depend on the scope and number of such special rules, but I have my doubts that there will be much of a practical change other than (harmless) duplication of (mostly identical) provisions across the existing sets of regulations.

  • The response proposes to abandon the regulation of a new regime of ‘crisis procurement’ and to instead ‘include a limited tendering ground, in the form of a new power for a Minister of the Crown (via statutory instrument) to “declare when action is necessary to protect life” and allow contracting authorities to procure within specific parameters without having to meet all the tests of the current extreme urgency ground’. This would be based on Article III of the WTO Agreement on Government Procurement (GPA) and only be used extremely rarely and subject to parliamentary scrutiny (at [102]).

  • Re-introduction, with some (unspecified) modifications of the light-touch regime for social and special services, including the possibility to exempt from competition those services where service user choice is important (at [118-121]).
    Here, the response seems to fail to recognise that user-choice systems are not covered by the PCR2015 (as interpreted in line with CJEU case law such as Falk Pharma and Tirkkonen).

  • Creation of a new exclusions framework going beyond the more limited original proposals (at [151-8]), including abandoning the proposal to include Deferred Prosecution Agreements (DPAs) as discretionary exclusion grounds (at [161-165]).
    Much detail is still to be published in the draft Procurement Bill and secondary legislation, guidance, etc, but the retention of the distinction between mandatory and discretionary exclusion grounds, as well as the classification of some of them (eg ‘risk to national security’ being a discretionary ground) raise quite a few questions. If a complete overhaul of the system is planned, would it not be better to have a single category of exclusion grounds and a clear set of requirements for their disapplication (eg due to self-cleaning, or in the public interest)? Here, it seems that UK policymakers have been unable to break away of the EU legislative design, even in an area where there are clear practical problems in the EU Directives.

  • The response proposes to retain the creation of a DPS+ mechanism, but relabelling it as Dynamic Market, which will be available not only for common purchases, but for all types of procurement (at 198-203]).

  • The response proposes some limited changes to the transparency requirements included in the original consultation (at [220-8]), including: not requiring disclosure of tenders submitted in a procurement (at [221], a good development); introducing a value threshold of £2 million for the requirement to publish redacted contract documents (at [222], which however means that large parts of eg services procurement could remain below the threshold. Should transparency thresholds relative to coverage thresholds be considered instead?); introducing a restricted disclosure of evaluation documents implying ‘sharing with all participants certain redacted evaluation documents (on the winning bid only) and sending the unsuccessful bidders their own documents privately’ (at [223], also a welcome development, but one that makes the changes regarding debriefing letters rather unclear, see [263-6]); and changes to some of the proposed transparency notices, in particular concerning beneficial ownership (at [224]).

  • The response abandons the process of independent contracting authority review proposed in addition to the review system (at [241-2]).

  • The proposal abandons the possibility of using an existing tribunal to deal with low value claims and issues relating to ongoing competitions (at 246-7]).
    This is perhaps one of the most regrettable changes in the response, as the creation of a review tribunal (not in the terms of the original proposal, but still) is very much needed, especially in a context of more regulatory complexity and increased discretion.

  • Significant changes in remedies, including abandoning specific proposals on pre-contractual remedies (at [249}), and abandoning the cap on the level of damages available to aggrieved bidders (at [254-5]), as well as the proposal to cap profits on contract extensions where the incumbent supplier challenges a new contract award (at [294-5]). However, the proposed new test concerning lifting of automatic suspensions remains on the table (at [251-2]).

  • Increased scope for the (de)regulation of contract modifications, including specific rules for the modification of complex contracts (at [281]), flexibility for uncapped modifications in utilities contracts (at [282]), and minimisation of constraints in the modification of defence & security contracts (at 283]).

Final thoughts

In my view, the outcome of the consultation is mostly unsatisfactory in its limited effect on the initial proposals (other than some very high level issues regarding the principles of the system), its introduction of further sources of complexity through an increased number of exceptions (eg for utilities and defence), but also for social and special services, and its abandonment of the few procedural and remedy-related innovations (ie the creation of a new tribunal) that could have made a practical difference.

Linked to the criticism of the way in which the consultation was carried out (above), it seems like a significant number of these changes could be the result of regulatory capture by specific groups (utilities, MOD, third sector providers of care services) and the reasons for abandoning proposed changes are not always very clear.

All in all, however, the post-consultation Transforming Public Procurement agenda remains largely intact and, as above, liable of the same criticism already raised in relation to the original proposals. Not much more can be said until a Procurement Bill is made public and, then, it will be interesting to see to which extent it can survive the legislative process without suffering a Frankenstein-like deformation in the hands of special interest groups and other agents with specific agendas. The seeming ease with which some interest-specific changes have cropped up after the consultation does not, in my view, bode well for the new UK procurement rulebook.

Essay competition 'If I could change one thing in public procurement regulation' -- results

The essay competition ‘If I could change one thing in public procurement regulation, I would …’ may have come at the wrong time, or perhaps the topic was more difficult than it first seemed … or perhaps the prize was not as much of an incentive as I thought. There were not very many submissions. In fact, the standard track for practitioners and academics ended up deserted. Conversely, the student track attracted some interesting thoughts and I am delighted to publish today the winning essay by Džeina Gaile.*

The essay reflects the complexity of practically implementing principles-based approaches to procurement regulation, as well as the not smaller difficulties in providing statutory rules or detailed guidance to flesh out those principles. The balance between generality and actionability of procurement rules is a constant challenge for regulators, and one at the forefront of the UK’s reform of its procurement rulebook, which moved on to the next stage after the Government’s response to the Green Paper consultation in December 2021 (on which I hope to comment before too long). So hopefully you will agree that the essay is timely and interesting. Happy reading.

If I could change one thing in public procurement regulation, I would …

…provide the contracting authorities with a more detailed regulation on how the principle of equal treatment of tenderers should be applied in case of tender deficiencies and errors.

The public procurement process involves many stages and one of them is the tender evaluation. As in every process driven by human action, errors can be found in the documents made by both the contracting authorities and tenderers. The regulation of Article 56(3) of the Directive 2014/24/EU aims to help the contracting authorities to deal with errors that are found in the information submitted by the economic operators, allowing for additional regulation by the Member States. However, the Directive’s regulation is quite general, and many aspects remain unclear.

Of course, tender clarification could be regarded as a purely practical problem that is not important enough to be dealt with in the procurement legal regulation.

However, one should not forget that as a result of the clarification the tender is either rejected or clarified (and the tenderer may further win the procurement). This decision has a direct effect on the results of the procurement. From this point of view, it should be clear that the result of a more or less strict approach regarding clarification of tenders impacts the whole procurement system.

There is also a line of the case-law of the Court of Justice of the European Union on the issue, showing that it can be complex - ‘Storebaelt’ (C-243/89), ‘Slovensko’ (C-599/10), ‘Manova’ (C-336/12), ‘Esaprojekt’ (C-387/14), ‘Klaipėdos regiono atliekų tvarkymo centras’ (C‑927/19) and others. Since “the scope of the contracting authority’s power to allow the successful tenderer subsequently to supplement or clarify its initial tender depends on compliance with the provisions of Article 56(3) of Directive 2014/24, having regard, in particular, to the requirements of the principle of equal treatment” (C‑927/19, para 94), and equal treatment is a general principle of law, there should not be many differences in its application in case of different contracting authorities or EU Member States.

Nevertheless, if there are no specific guidelines on how to proceed with the errors, it is almost impossible to ensure that in practice these situations are dealt with similarly. Many factors are contributing to such differences.

For example, each procurement procedure contains different regulations and consequently each tender contains a lot of information on many aspects. And errors can be found almost anywhere, from how the information is stored in the electronic purchasing system to what type of product will be delivered and what is the name and qualification of the proposed expert. The contracting authority must consider, for example, whether the procurement requirements were clear, what type of information is missing, what is the “essence of the tender”, does the contracting authority has discretion or duty to ask for additional information, what shall be done with the answer, etc.

Additionally, every day many procurement procedures are organized by procurement experts and other persons, each having a different experience and qualification. For example, in Latvia at the beginning of the year 2021 there were 1,621 registered users of the procurement publication system, and 3,677 open procedures in the “classic procurement sector” were organized in the first nine months of the year 2021 (data from webpage of the Procurement Monitoring Bureau of Latvia). Presuming that in each of those open procedures at least one tender contained an error that would require an evaluation of the case-law for at least one hour to understand whether it is allowed to clarify this error, there were 3,677 hours or 459 working days spent trying to solve an issue that is quite vaguely regulated in the procurement directives.

And, even after years of studies and work as a procurement practitioner, the author herself cannot with a high level of confidence say that she would always be able to conclude whether it is allowed to correct the specific error. Although one could argue that there is an easy, comprehensive, and understandable system of criteria to apply, based on the case-law of the Court of Justice of the European Union, just not fully discovered by the author, the procurement process is performed by many thousand people in the whole EU. It would be quite optimistic to say that all persons dealing with these situations are able or qualified to perform a legal analysis to conclude how the principle of equal treatment should be applied in each specific situation. And it also impacts the effectiveness of the procedures, if each found error requires an in-depth legal analysis.

Overall, this leads to a conclusion that there could be an important, common, and challenging aspect of a procurement process that has a significant effect on its results. However, many persons that must solve this issue on an everyday basis are not always equipped with the needed guidance on how to solve it and just try to do their best with different results. Therefore, additional regulation on this aspect maybe could improve the situation.

Džeina Gaile

My name is Džeina Gaile and I am a doctoral student at the University of Latvia. My research focuses on clarification of a submitted tender, but I am interested in many aspects of public procurement. Therefore, I am supplementing my knowledge as often as I can and have a Master of Laws in Public Procurement Law and Policy with Distinction from the University of Nottingham. I also have been practicing procurement and am working as a lawyer for a contracting authority. In a few words, a bit of a “procurement geek”. In my free time, I enjoy walks with my dog, concerts, and social dancing.








Recording of webinar on 'Digitalization and AI decision-making in administrative law proceedings'

The Centre for Global Law and Innovation of the University of Bristol Law School and the Faculty of Law at Universidade Católica Portuguesa co-organised an online workshop to discuss emerging issues in digitalization and AI decision-making in administrative law proceedings. I had the great pleasure of chairing it and I think quite a few important issues for further discussion and research were identified. The speakers kindly agreed to share a recording of the session (available here), of which details follow:

Digitalization and AI decision-making in administrative law proceedings

This is a hot area of legal and policy development that has seen an acceleration in the context of the covid-19 pandemic. Emerging research finds points of friction in the simple transposition of administrative law and existing procedures to the AI context, as well as challenges and shortcomings in the judicial review of decisions supported (or delegated) to an AI.

While more and more attention is paid to the use of AI by the public sector, key regulatory proposals such as the European Commission’s Proposal for an Artificial Intelligence Act would largely leave this area to (self)regulation via codes of practice, with the exception of public assistance benefits and services. Self-regulation is also largely the approach taken by the UK in its Guide to using artificial intelligence in the public sector, and the UK courts seem reluctant to engage with the technology underpinning automated decision-making. It is thus arguable that a regulatory gap is increasingly visible and that new solutions and regulatory approaches are required.

The panellists in this workshop covered a range of topics concerning transparency, data protection, automation of decision-making, and judicial review. The panel included (in order of participation):

• Dr Marta Vaz Canavarro Portocarrero de Carvalho, Assistant Professor at the Faculty of Law of Universidade Católica Portuguesa, specialising in administrative law, and member of the Centro de Arbitragem Administrativa (Portuguese Administrative Law Arbitration Centre).

• Dr Filipa Calvão, President of the Comissão Nacional de Proteção de Dados (Portuguese Data Protection Authority) since 2012, and Associate Professor at the Faculty of Law of Universidade Católica Portuguesa.

• Dr Pedro Cerqueira Gomes, Assistant Professor at Universidade Católica Portuguesa and Lawyer at Cerqueira Gomes & Associados, RL, specialising in administrative law and public procurement, and author of EU Public Procurement and Innovation - the innovation partnership procedure and harmonization challenges (Edward Elgar 2021).

• Mr Kit Fotheringham, Teaching Associate and postgraduate research student at the University of Bristol Law School. His doctoral thesis is on administrative law, specifically relating to the use of algorithms, machine learning and other artificial intelligence technologies by public bodies in automated decision-making procedures.

Essay competition. Enter to win a copy of the Commentary on Directive 2014/24/EU

I have two spare copies of the hot off the press Commentary on Directive 2014/24/EU I co-edited with Roberto Caranta. So I thought I would put them to good use through an essay competition. Here are the details on how to enter to win a copy (shipped for free to an address of your choice). I hope many of you will be tempted to enter!

Essay competition: ‘If I could change one thing in public procurement regulation, I would …’

Essays of up to 1,000 words are invited on the topic above. Essays must be written in English, sent as body text in an email to a.sanchez-graells@bristol.ac.uk, and be received by Monday 20 December 2021 9am GMT.

Entries can be submitted to the standard track (for practitioners and academics), or the student track (for those currently enrolled in undergraduate or postgraduate programmes, including PhD programmes). Submissions need to indicate which track they relate to. Otherwise, they will be entered to the standard track.

Co-authored entries are permitted, provided the authors understand that only one copy of the Commentary will be awarded per winning essay (standard and student track). Where essays are co-authored by students and non-students, they will be entered to the standard track.

The essays will be judged on the basis of the procurement insight they show, the persuasiveness of the argument and their academic quality, in particular regarding engagement with existing law, case law and scholarship. I will judge the essays personally and my decision will be final. Entrants in the student track will be provided with written feedback on request. No feedback will be available for standard track submissions. I reserve the possibility of declaring one or both tracks deserted (but certainly hope this will not be the case!).

Each of the two winning essays (standard and student track) will be awarded a copy of the Commentary and will be published in the blog. All entrants authorise their publication when they submit their essays as a condition for participation. Runner-ups can be published in the blog with express agreement of the author/s.

I look forward to reading the essays. For any queries, please email me: a.sanchez-graells@bristol.ac.uk. Good luck!

New paper on procurement corruption and AI

I have just uploaded a new paper on SSRN: ‘Procurement corruption and artificial intelligence: between the potential of enabling data architectures and the constraints of due process requirements’, to be published in S. Williams-Elegbe & J. Tillipman (eds), Routledge Handbook of Public Procurement Corruption (forthcoming). In this paper, I reflect on the potential improvements that using AI for anti-corruption purposes can practically have in the current (and foreseeable) context of AI development, (lack of) procurement and other data, and existing due process constraints on the automation or AI-support of corruption-related procurement decision-making (such as eg debarment/exclusion or the imposition of fines). The abstract is as follows:

This contribution argues that the expectations around the deployment of AI as an anti-corruption tool in procurement need to be tamed. It explores how the potential applications of AI replicate anti-corruption interventions by human officials and, as such, can only provide incremental improvements but not a significant transformation of anti-corruption oversight and enforcement architectures. It also stresses the constraints resulting from existing procurement data and the difficulties in creating better, unbiased datasets and algorithms in the future, which would also generate their own corruption risks. The contribution complements this technology-centred analysis with a critical assessment of the legal constraints based on due process rights applicable even when AI supports continued human intervention. This in turn requires a close consideration of the AI-human interaction, as well as a continuation of the controls applicable to human decision-making in corruption-prone activities. The contribution concludes, first, that prioritising improvements in procurement data capture, curation and interconnection is a necessary but insufficient step; and second, that investments in AI-based anti-corruption tools cannot substitute, but only complement, current anti-corruption approaches to procurement.

As always, feedback more than welcome. Not least, because I somehow managed to write this ahead of the submission deadline, so I would have time to adjust things ahead of publication. Thanks in advance: a.sanchez-graells@bristol.ac.uk.

Commentary on Directive 2014/24/EU now published

I am thrilled to announce the official publication yesterday of R Caranta and A Sanchez-Graells (eds), European Public Procurement. Commentary on Directive 2014/24/EU (Edward Elgar, 2021) 1040 pp.

This major piece of work has been over three years in the making, since Roberto and I started convincing colleagues to join us in the project in the summer of 2018. Leading a group of almost 40 procurement specialists from jurisdictions across Europe, especially during the pandemic, has been both a privilege and a major challenge. The book is really a labour of love and both the editors and the contributors have done our best to push our collective understanding and critical assessment of the existing rules and case law.

We sincerely feel proud of the achievement and have been touched to see that reputed colleagues are already considering it a major achievement (see a couple of ringing endorsements below). You will, of course, also be the judge of that. We very much look forward to any feedback from academics, practitioners and policy-makers using the book. After all the effort, we would like to keep the Commentary alive through successive future editions, and it will be good to know which areas for improvement to focus on when the time to review it comes.

Below is some more detailed information on the book, its contents, approach and how to get a copy if you are interested. We are also thinking about organising an online book launch, so please stay tuned for more details on that soon.

European Public Procurement

This detailed article by article Commentary provides an authoritative interpretation of each provision in the main EU Directive on public procurement – Directive 2014/24/EU, and is rich in its critical analysis of the provisions of the 2014 Directive and the case-law. The Commentary also highlights the application problems and interpretative issues being raised in EU Member States, which in due time will make their way up to the CJEU or even require further legislative interventions.

Key features include:

  • Updated to include the most significant CJEU case law as of end-2020

  • Analysis that is informed by the practical issues arising across the EU Member States, as well as in the UK

  • Written by a diverse pool of specialists in each of the aspects of the Directive upon which they comment, with the Commentary underpinned by their collective knowledge of public procurement law in the old 28 EU Member States.

Providing a practice-oriented analysis that allows for a problem solving approach, European Public Procurement will be particularly relevant to practicing lawyers including within the civil services in all EU jurisdictions and the UK. The depth of analysis offered in the Commentary will also be of great benefit to academics and postgraduate students with an interest in public procurement and, more generally, public law, administrative law and public administration.

More details in the publisher’s website: https://www.e-elgar.com/shop/gbp/european-public-procurement-9781789900675.html.

Endorsements so far

‘The editors are leaders in the field of public procurement law and have assembled an unrivalled set of authors from across Europe to provide an authoritative commentary of the crucial mother of all procurement regulation – Public Sector Procurement Directive 2014/24/EU. Here you will quickly find all there is to know about the Directive’s Articles 1 to 94. There are hardly any alternatives to this useful work and this commentary might well achieve the same importance for Directive 2014/24/EU as the Palandt has for German civil law. Procurement lawyers might come to say: quod non est in Caranta/Sanchez-Graells., non est in mundo.’ – Prof Martin Trybus, University of Birmingham, UK and Member of the Procurement Review Board of the European Space Agency, France

‘This Commentary is one of the most valuable additions to the public procurement literature for years. It combines the advantages of a legal commentary of the continental European tradition (comprehensiveness, structure, depth, etc.) with comparative perspectives, cutting-edge research, and the necessary contextualization, to understand the interactions between the Directive and the complex national systems of administrative and public law. The outstanding editors as well as the 36 contributors from 18 European countries deserve much praise for this important book!’ – Prof Martin Burgi, Ludwig Maximilian University of Munich, Germany

Is the ESPD the enemy of procurement automation in the EU (quick thoughts)

I have started to watch the three-session series on Intelligent Automation in US Federal Procurement hosted by the GW Law Government Procurement Law Program over the last few weeks (worth watching!), as part of my research for a paper on AI and corruption in procurement. The first session in the series focuses in large part on the intelligent automation of information gathering for the purposes of what in the EU context are the processes of exclusion and qualitative selection of economic providers. And this got me thinking about how it would (or not) be possible to replicate some of the projects in an EU jurisdiction (or even at EU-wide level).

And, once again, the issue of the lack of data on which to train algorithms, as well as the lack of representative/comprehensive databases from which to automatically extract information came up. But somehow it seems like the ESPD and the underlying regulatory approach may be making things more difficult.

In the EU, automating mandatory exclusion (not necessarily to have AI adopt decisions, but to have it prepare reports capable of supporting independent decision-making by contracting authorities) would primarily be a matter of checking against databases of prior criminal convictions, which is not only difficult to do due to the absence of structured databases themselves, but also due to the diversity of legal regimes and the languages involved, as well as the pervasive problem of beneficial ownership and (dis)continuity in corporate personality.

Similarly, for discretionary exclusion, automation would primarily be based on retrieving information concerning grounds not easily or routinely captured in existing databases (eg conflicts of interest), as well as limited by increasingly constraining CJEU case law demanding case-by-case assessments by the contracting authority in ways that diminish the advantages of automating eg red flags based on decisions taken by a different contracting authority (or centralised authority).

Finally, automating qualitative selection would be almost impossible, as it is currently mostly based on the self-certification implicit in the ESPD. Here, the 2014 Public Procurement Directives tried to achieve administrative simplification not through the once only principle (which would be useful in creating databases supporting automatisation of some parts of the project, but on which a 2017 project does not seem to have provided many advances), but rather through the ‘tell us only if successful’ (or suspected) principle. This naturally diminishes the amount of information the public buyer (and the broader public sector) holds, with repeat tenderers being completely invisible for the purposes of automation so long as they are not awarded contracts.

All of this leads me to think that there is a big blind spot in the current EU approach to open procurement data as the solution/enabler of automatisation in the context of EU public procurement practice. In fact, most of the crucial (back office) functions — and especially those relating to probity and quality screenings relating to tenderers — will not be susceptible of automation until (or rather unless) different databases are created and advanced mechanisms of interconnection of national databases are created at EU level. And creating those databases will be difficult (or simply not happen in practice) for as long as the ESPD is in place, unless a parallel system of registration (based on the once only principle) is developed for the purposes of registering onto and using eProcurement platforms (which seems to also raise some issues).

So, all in all, it would seem that more than ever we need to concentrate on the baby step of creating a suitable data architecture if we want to reap the benefits of AI (and robotic process automation in particular) any time soon. As other jurisdictions are starting to move (or crawl, to keep with the metaphor), we should not be wasting our time.

Where does the proposed EU AI Act place procurement?

Thinking about some of the issues raised in the earlier post ‘Can the robot procure for you?,’ I have now taken a close look at the European Commission’s Proposal for an Artificial Intelligence Act (AIA) to see how it approaches the use of AI in procurement procedures. It may (not) come as a surprise that the AI Act takes an extremely light-touch approach to the regulation of AI uses in procurement and simply subjects them to (yet to be developed) voluntary codes of conduct. I will detail my analysis of why this is the case in this post, as well as some reasons why I do not find it satisfactory.

Before getting to the details, it is worth stressing that this is reflective of a broader feature of the AIA: its heavy private sector orientation. When it comes to AI uses by the public sector, other than prohibiting some massive surveillance by the State (both for law enforcement and to generate a system of social scoring) and classifying as high-risk the most obvious AI uses by the law enforcement and judicial authorities (all of which are important, of course), the AIA remains silent on the use of AI in most administrative procedures, with the only exception of those concerning social benefits.

This approach could be generally justified by the limits to EU competence and, in particular, those derived from the principle of administrative self-organisation of the Member States. However, given the very broad approach taken by the Commission on the interpretation and use of Article 114 TFEU (which is the legal basis for the AIA, more below), this is not entirely consistent. It could rather be that the specific uses of AI by the public sector covered in the proposal reflect the increasingly well-known problematic uses of (biased) AI solutions in narrow aspects of public sector activity, rather than a broader reflection on the (still unknown, or still unimplemented) uses that could be problematic.

While the AIA is ‘future-proofed’ by including criteria for the inclusion of further use cases in its ‘high-risk’ category (which determines the bulk of compliance obligations), it is difficult to see how those criteria are suited to a significant expansion of the regulatory constraints to AI uses by the public sector, including in procurement. Therefore, as a broader point, I submit that the proposed AIA needs some revision to make it more suited to the potential deployment of AI by the public sector. To reflect on that, I am co-organising a webinar on ’Digitalization and AI decision-making in administrative law proceedings’, which will take place on 15 Nov 2021, 1pm UK (save the date, registration and more details here). All welcome.

Background on the AIA

Summarising the AIA is both difficult and has already been done (see eg this quick explainer of the Centre for Data Innovation, and for an accessible overview of the rationale and regulatory architecture of the AIA, this master class by Prof Christiane Wendehorst). So, I will just highlight here a few issues linked to the analysis of procurement’s position within its regulatory framework.

The AIA seeks to establish a proportionate approach to the regulation of AI deployment and use. While its primary concern is with the consolidation of the EU Single Digital Market and the avoidance of regulatory barriers to the circulation of AI solutions, its preamble also points to the need to ensure the effectiveness of EU values and, crucially, the fundamental rights in the Charter of Fundamental Rights of the EU.

Importantly for the purposes of our discussion, recital (28) AIA stresses that ‘The extent of the adverse impact caused by the AI system on the fundamental rights protected by the Charter is of particular relevance when classifying an AI system as high-risk. Those rights include ... right to an effective remedy and to a fair trial [Art 47 Charter] … [and] right to good administration {Art 41 Charter]’.

The AIA seeks to create such a proportionate approach to the regulation of AI by establishing four categories of AI uses: prohibited, high-risk, limited risk requiring transparency measures, and minimal risk. The two categories that carry regulatory constraints or compliance obligations are those concerning high-risk (Arts 8-15 AIA), and limited risk requiring transparency measures (Art 52 AIA, which also applies to some high-risk AI). Minimal risk AI uses are left unregulated, although the AIA (Art 69) seeks to promote the development of codes of conduct intended to foster voluntary compliance with the requirements applicable to high-risk AI systems.

Procurement within the AIA

Procurement AI practices could not be classified as prohibited uses (Art 5 AIA), except in the difficult to imagine circumstances in which they deployed subliminal techniques. It is also difficult to see how they could fall under the regime applicable to uses requiring special transparency (Art 52) because it only applies to AI systems intended to interact with natural persons, which must be ‘designed and developed in such a way that natural persons are informed that they are interacting with an AI system, unless this is obvious from the circumstances and the context of use.’ It would not be difficult for public buyers using external-facing AI solutions (eg chatbots seeking to guide tenderers through their e-submissions) to make it clear that the tenderers are interacting with an AI solution. And, even if not, the transparency obligations are rather minimal.

So, the crux of the issue rests on whether procurement-related AI uses could be classified as high-risk. This is regulated in Art 6 AIA, which cross-refers to Annex III AIA. The Annex contains a numerus clausus of high-risk AI uses, which is however susceptible of amendment under the conditions specified in Art 7 AIA. Art 6/Annex III do not contain any procurement-related AI uses. The only type of AI use linked to administrative procedures concerns ‘AI systems intended to be used by public authorities or on behalf of public authorities to evaluate the eligibility of natural persons for public assistance benefits and services, as well as to grant, reduce, revoke, or reclaim such benefits and services’ (Annex III(5)(a) AIA).

Clearly, then, procurement-related AI uses are currently left to the default category of those with minimal risk and, thus, subjected only to voluntary self-regulation via codes of conduct.

Could this change in the future?

Art 7 AIA establishes the following two cumulative criteria: (a) the AI systems are intended to be used in any of the areas listed in points 1 to 8 of Annex III; and (b) the AI systems pose a risk of harm to the health and safety, or a risk of adverse impact on fundamental rights, that is, in respect of its severity and probability of occurrence, equivalent to or greater than the risk of harm or of adverse impact posed by the high-risk AI systems already referred to in Annex III.

The first hurdle in getting procurement-related AI uses included in Annex III in the future is formal and concerns the interpretation of the categories listed therein. There are only two potential options: nesting them under uses related to ‘Access to and enjoyment of essential private services and public services and benefits’, or uses related to ‘Administration of justice and democratic processes’. It could (theoretically) be possible to squeeze them in one of them (perhaps the latter easier than the former), but this is by no means straightforward and, given the existing AI uses in each of the two categories, I would personally be disinclined to engage in such broad interpretation.

Even if that hurdle was cleared, the second hurdle is also challenging. Art 7(2) AIA establishes the criteria to assess that an AI use poses a sufficient ‘risk of adverse impact on fundamental rights’. Of those criteria, there are three that in my view would make it very difficult to classify procurement-related AI uses as high-risk. Those criteria require the European Commission to consider:

(c) the extent to which the use of an AI system has already caused … adverse impact on the fundamental rights or has given rise to significant concerns in relation to the materialisation of such … adverse impact, as demonstrated by reports or documented allegations submitted to national competent authorities;

(d) the potential extent of such harm or such adverse impact, in particular in terms of its intensity and its ability to affect a plurality of persons;

(e) the extent to which potentially harmed or adversely impacted persons are dependent on the outcome produced with an AI system, in particular because for practical or legal reasons it is not reasonably possible to opt-out from that outcome;

(g) the extent to which the outcome produced with an AI system is easily reversible …;

Meeting these criteria would require for the relevant AI systems to basically be making independent or fully automated decisions (eg on award of contract, or exclusion of tenderers), so that their decisions would be seen to affect the effectiveness of Art 41 and 47 Charter rights; as well as a (practical) understanding that those decisions cannot be easily reversed. Otherwise, the regulatory threshold is so high that most likely procurement-related AI uses (screening, recommender systems, support to human decision-making (eg automated evaluation of tenders), etc) are unlikely to be considered to pose a sufficient ‘risk of adverse impact on fundamental rights’.

Could Member States go further?

As mentioned above, one of the potential explanations for the almost absolute silence on the use of AI in administrative procedures in the AIA could be that the Commission considers that this aspect of AI regulation belongs to each of the Member States. If that was true, then Member States could further than the code of conduct self-regulatory approach resulting from the AIA regulatory architecture. An easy approach would be to eg legally mandate compliance with the AIA obligations for high-risk AI systems.

However, given the internal market justification of the AIA, to be honest, I have my doubts that such a regulatory intervention would withstand challenges on the basis of general EU internal market law.

The thrust of the AIA competential justification (under Art 114 TFEU, see point 2.1 of the Explanatory memorandum) is that

The primary objective of this proposal is to ensure the proper functioning of the internal market by setting harmonised rules in particular on the development, placing on the Union market and the use of products and services making use of AI technologies or provided as stand-alone AI systems. Some Member States are already considering national rules to ensure that AI is safe and is developed and used in compliance with fundamental rights obligations. This will likely lead to two main problems: i) a fragmentation of the internal market on essential elements regarding in particular the requirements for the AI products and services, their marketing, their use, the liability and the supervision by public authorities, and ii) the substantial diminishment of legal certainty for both providers and users of AI systems on how existing and new rules will apply to those systems in the Union.

All of those issues would arise if each Member State adopted its own rules constraining the use of AI for administrative procedures not covered by the AIA (either related to procurement or not), so the challenge to that decentralised approach on grounds of internal market law by eg providers of procurement-related AI solutions capable of deployment in all Member States but burdened with uneven regulatory requirements seems quite straightforward (if controversial), especially given the high level of homogeneity in public procurement regulation resulting from the 2014 Public Procurement Package. Not to mention the possibility of challenging those domestic obligation on grounds that they go further than the AIA in breach of Art 16 Charter (freedom to conduct a business), even if this could face some issues resulting from the interpretation of Art 51 thereof.

Repositioning procurement (and other aspects of administrative law) in the AIA

In my view, there is a case to be made for the repositioning of procurement-related AI uses within the AIA, and its logic can apply to other areas of administrative law/activity with similar market effects.

The key issue is that the development of AI solutions to support decision-making in the public sector not only concerns the rights of those directly involved or affected by those decisions, but also society at large. In the case of procurement, eg the development of biased procurement evaluation or procurement recommender systems can have negative social effects via its effects on the market (eg on value for money, to mention the most obvious) that are difficult to identify in single tender procurement decisions.

Moreover, it seems that the public administration is well-placed to comply with the requirements of the AIA for high-risk AI systems as a matter of routine procedure, and the arguments on the need to take a proportionate approach to the regulation of AI so as not to stifle innovation lose steam and barely have any punch when it comes to imposing them on the public sector user. Further, to a large extent, the AIA requirements seem to me mostly aligned with the requirements for running a proper (and challenge proof) eProcurement system, and they would also facilitate compliance with duties of good administration when specific decisions are challenged.

Therefore, on balance, I see no good reason not to expand the list in Annex III AIA to include the use of AI systems in all administrative procedures, and in particular in public procurement and in other regulatory sectors where ex post interventions to correct market distortions resulting from biased AI implementations can simply be practically impossible. I submit that this should be done before its adoption.

Useful new briefing paper: Building a Vocabulary for Sustainable Procurement (Schooner and Matsuda, 2021)

(c) Michelle Ress (2007).

(c) Michelle Ress (2007).

Steve Schooner and Evan Matsuda have published the useful briefing paper ‘Sustainable Procurement: Building Vocabulary To Accelerate The Federal Procurement Conversation’ (2021). This comes fast on the heel’s of Schooner and Markus Speidel’s earlier ‘‘Warming Up’ to Sustainable Procurement’ (2020), and represents a forceful and useful push to get the discussions on the urgency of a quick transition to (net-zero) sustainable procurement started (in the US), or intensified (elsewhere, perhaps especially in the EU, where the SAPIENS network is also starting to catalyse important aspects of the debate).

Their briefing paper is useful in setting out accessible definitions, and a general overview, of key aspects of an emerging body of knowledge on sustainable procurement (and climate change more generally) and, from that perspective, it can also serve the purpose of offering a blueprint for similar or twin mapping exercises in contexts other than the US. Having a common vocabulary and understanding of key concepts can certainly allow practitioners (and academics) to skip discussions on labelling (or conceptual issues, if this jargon is more palatable to an academic audience) and cut to the chase of exchanging knowledge on practical implementations that are comparable and readily understandable.

The briefing paper also contains a useful rich section on existing resources and, as such, it is a good one stop shop for anyone interested in (US-based) sustainable procurement regulation. And it is intensely referenced, which will also help researchers find a broad number of leads to more specific literature on each of the topics it covers. Lat but not least, the paper formulates punchy and actionable guidelines (or principles) on how to engage with its recommendations.

The briefing paper is perhaps even more useful in sketching how (in the US context) sustainable procurement is a long standing (neglected) aspiration which implementation does not require reinventing the wheel, but rather operating a few levers that have been available to public buyers for a long time. And the paper is also remarkable in politely but clearly putting out the statement that failing to use those levers is no longer acceptable.

I hope the paper will be widely read (even outside the US context) and that the procurement community will get (even more) alive to the urgency of the transition (or transformation) to sustainable procurement.

Perhaps Steve Schooner and co-author/s (or others) could be tempted into bring their guidelines down to a more specific level of practicality, eg writing another paper along the lines of ‘Nobody ever got fired for …’ in relation to sustainable procurement (not a branded ICT supplier) as, in my view, one of the major roadblocks to the adoption of widespread sustainable procurement practices are misunderstandings and myths on the constraints that the legal system imposes (of which there are a fair few, but not as many or as insurmountable as the urban myth would have it), which can have chilling effects on practitioners.

Having a clear boundary drawn on what is legally permissible (and should thus be carried out as a matter of policy, and urgency) and what is not (so pitfalls are avoided and the bad reputation of the legal rules as hindrances on sustainable procurement is not fuelled by the emergence of more bad cases) would be another major contribution. And one that could be replicated in other jurisdictions to establish a benchmark of ‘legal’ sustainable procurement practices, hopefully launching a ‘race to the top’ in years (not many) to come.

Doing your best, and yet feeling like failing -- let's talk more about challenges for academics be(com)ing parents

(c) Evangeline Gallagher/Guardian.

(c) Evangeline Gallagher/Guardian.

I have recently had a few exchanges with younger academic colleagues that have become parents. Given my own experience during the just over three years since I became a dad, I was not surprised (but still deeply saddened) to hear them express frustration at the lack of time to engage with research and intellectual stimulation in the way they wanted, and a consequent certain loss of their identity and sometimes sense of self-worth, and fears and worries about the impact that juggling new childcare responsibilities (which everyone found to be extremely fulfilling and rewarding, though) will have on careers and reputations, or even job stability.

What did surprise me, however, is that most colleagues felt that the situation was made worse because nobody talks about it, which fuels feelings of isolation and imposter syndrome (which I very much experience myself too), or can even push some to try to hide or certainly not volunteer the fact of their imminent or recent parenthood. So this post just tries to start a conversation and to say to each and every one of my academic colleagues facing a similar struggle, that I see you and I am always happy to talk about it. Please do reach out if you feel like it.

I am, of course, consciously aware of my privileged position as a middle-class, white, male professor, but I am also acutely aware of the fact that I got to this stage in my career before becoming a parent and I am also entirely convinced that I would not have progressed so quickly in academia if I had been a parent at a younger age. As a result of this, in my mind, I hold very complicated and contradictory thoughts and feelings: I have no reason to complain or to expect things to be any better, but I also do not deserve my position because it is one reflective of the merits and contribution of an Albert that no longer exists (the one always available, willing to overwork, to travel, the one that ‘was everywhere’ and was the first one to react to developments in my field). I feel bad that I cannot make the same sort of contribution I used to. And that is because I left it (and the reputation, prestige, or simply ego resulting from it) define me. I am no longer that person, so who am I and how can I still occupy the same space or have the same aspirations as the Albert that no longer is?

I am very happy that I took extended periods of shared parental leave to bond with and take care of my kids when they were babies, but I also struggled a fair bit during those periods of absence from academia. Especially during my second shared parental leave because I took it 'solo' (my partner went back to work) and I found myself craving some 'adult' / 'intellectual' conversation regularly. This led me to accept invitations to participate in training programmes and webinars during my period of leave, as I thought that would make the feeling subside. But, to the contrary, after each event I was left exhausted and feeling that I had both failed as an academic (my performances were well below what I would have liked due to sleep deprivation, mental rustiness and the unavoidable distractions of ‘zooming with a baby on your arms’) and, worse, that I had neglected my child and robbed her of some precious quality time.

And this has not stopped. To be 100% honest, I keep struggling with my new identity of parent academic (and increased imposter syndrome that comes with the need to say no even more than before, with the prioritisation of parent over academic) after having returned from the second leave a few months ago. I still have serious difficulty facing (and are yet to accept) the prospects of a more constrained academic life that really needs to be balanced with (a lovely) family. And this is not helped by the fact that I had set the bar so high for myself (both in my head and regarding institutional expectations), that I cannot but keep failing in my futile attempts at trying to clear it. I am honestly doing my best, and yet, every day, I feel I am failing.

When I can take a step back from those feelings (and it is hard not to swim, or even indulge in them), I can see that most of these feelings are probably in common with everyone else that becomes a parent and therefore sees their lives decentered (or recentered), but I think that perhaps this is particularly challenging for academics given ‘the way the system now works’ and the underappreciated role of self-confidence and self-believe in enabling us to perform our jobs at the level of ‘continuous and ever-increasing excellence’ expected from us.

I also think that the challenges are particularly acute for academics becoming parents because it is a major shock that probably puts a mirror in front of (most of) us that reflects how unsustainable and unbalanced our work/research/life was, although of course the challenges remain for academics being parents (at least for a good few years, I hear from most colleagues further advanced in their parenthoods).

And I also think this is probably only getting worse given the perverse dynamics of permanent assessment and benchmarking of our performance, as well as a de facto ‘up or out’ system where you are seen to fail unless you go from promotion to promotion in short periods of time — because, in the end, the social status of the profession has been degraded so significantly that there is a worrying perception that *just* having a permanent entry-level academic job (Assistant Professor or Lecturer, depending on the system) does not really recognise you as a weighty expert in your field (which it does, in my opinion).

So, here it is. At least I have emptied my brain. And I hope someone, somewhere will find some value in the reflection. And perhaps a conversation will start. I am here, and I am listening.

How to do 'doughnut procurement'? -- Re Raworth (2018)

(C) K Raworth.

(C) K Raworth.

Probably quite late — and thanks only to the recommendation of Prof Steve Schooner — I have now read Kate Raworth, Doughnut Economics : Seven Ways to Think Like a 21st-Century Economist (Cornerstone 2018).

It is a fascinating book that makes a compelling case for a paradigm shift in the ways in which we approach Economics — and in particular consumption economics and economic growth — so that we can (quickly, urgently) move from unsustainable and unequitable economic structures and dynamics towards sustainable and fair ones. This is represented by the doughnut (and you must read the book to understand it but, once you do, it provides a very helpful mind map).

In short, in my reading, the book makes a compelling case for a quick acceleration towards sustainability and redistribution and, in developed countries, for degrowth.

I have been left wondering how to to do ‘doughnut procurement’, as it is challenging to apply the model to specific areas of economic activity (see eg this brief approach to ‘doughnut procurement’ in Amsterdam, with contributions from Raworth herself). But there are two or three ideas I would be interested in discussing:

  1. What is the role of data and metrics in establishing both the ecological ceiling and the social foundation for ‘doughnut procurement’ and how to address their trade-offs — in the end, this is the perpetual clash between the tensions derived from scarcity (public budgets are not infinite and the needs of the society procurement is meant to satisfy tend to exceed them) and quality (in terms of the social and environmental ‘externalities’ of what is procured), except the book makes it clear that there is no such clash because both are dimensions of scarcity and, as such, the trade-offs need to be understood from a different perspective. I really wonder how to operationalise this in the context of award criteria in particular, as that seems to be where it all boils down to. Is MEAT capable of capturing this?

  2. What time horizon must public buyers be mandated to report about? So far, there is limited accountability of the way public funds are spent and, in many ways, the reporting system is extremely short-termed: hardly any information is generated or published beyond award and, certainly, not much if at all beyond completion of public contracts even if a significant volume of ecological and social impacts are only ‘visible’ many years down the line (eg at disposal of acquired equipment).

  3. Linked to that, what obligations need to be imposed on public buyers concerning the ownership (whether direct or imputed) of the assets (and the Xaas they can substitute them for) they procure, so that they engage in an adequate level of reassignment, refurbishment, recycling and minimisation of the waste resulting from procurements?

I never thought much about it, but it seems to me that public buyers have been (where at all) more concerned with trying to engage with ‘doughnut providers’ than in trying to become ‘doughnut buyers’, and I wonder if they really are in a much better position than you or me to make ‘doughnut choices’ in the absence of a legislative framework that eg completely prohibits the purchase of specific products (or specific packaging; single use plastics anyone?), and in the absence of adequate economic incentives/subsidies that make it possible for everyone to exercise ‘doughnut discretion’.

Could it be that by centering (or framing) the need to quickly boost (in exponential terms) the uptake of green and social procurement in the public, academic and political discourse around the exercise of discretion, we are falling into the same trap of soft law and self-regulation that has pervaded the corporate social responsibility movement? Is there really much justification for ‘procurement only’ legal requirements (eg environmental), rather than a more aggressive regulation of the entire economy to the extent that it affects the environment? How do we get procurement (geared towards buying, buying, buying) to degrow??

Well, I seem to have digressed quite a bit. But I hope there is some kernel of a fruitful discussion in the above. As ever, comments and challenges most welcome: a.sanchez-graells@bristol.ac.uk.

Emerging technologies and anti-corruption efforts -- re Adam and Fazekas (2021)

(c) Sara Alaica/Flickr.

(c) Sara Alaica/Flickr.

I am working on a paper on digital technologies and corruption in procurement (or rather, trying to work on it in the midst of a challenging start of term). While researching this topic, I have come across this very interesting paper: Isabelle Adam and Mihály Fazekas, ‘Are emerging technologies helping win the fight against corruption? A review of the state of evidence’ (2021) Information Economics and Policy, available on pre-print here.

In their paper, Adam & Fazekas carry out a systematic review ‘of the academic and policy literature on the six most commonly discussed types of ICT-based anti-corruption interventions: (i) Digi- tal public services and e-government, (ii) Crowdsourcing platforms, (iii) Whistleblowing tools, (iv) Transparency portals and big data, (v) DLT and blockchain, and (vi) AI’ (at 2).

The analysis is clear and accessible and offers good insights on the positive and negative impacts that digital technologies can have for anti-corruption efforts, given that technology ‘is not per se a panacea against corruption, and it can also play into the hands of corrupt officials’ (ibid). The paper is well worth reading in full.

One of their insights I found particularly valuable is that ‘ICTs for anti-corruption operate against the background of given societal divides and power relations which are often supported by corruption. They risk further entrenching these unless their design and implementation take into account corruption and associated power imbalances. Hence, it is arguable that the success of ICT interventions against corruption hinges on their suitability for local contexts and needs, cultural backgrounds and technological experience‘ (at 1).

This directly links with Uta Kohl’s view that digital ‘technologies, whether the internet or blockchain, are tightly and on multiple levels interconnected with existing social orders and those interconnections decide upon the configurational latencies of the technological innovation within concrete settings: who uses the technological innovation in what configuration, for what purposes and against whom’ (see here for details).

To my mind, all of this stresses the need to operationalise a gatekeeping function tasked with the analysis of which digital technologies are adopted by the public sector and for what purpose, and this gatekeeping function needs not only consider downstream ethical implications in terms of impacts on citizens and service users, but also upstream implications concerning the way in which technologies will disrupt, support or entrench existing governance dynamics — and in particular those that the adoption of the technology is seeking to remedy.

Bringing this to procurement, these insights show that the public procurement function — to the extent that the adoption of these technologies is subjected to the regulatory framework of innovation procurement — is de facto playing (or failing to play) such gatekeeping function. More than in other settings, the procurement function needs to closely scrutinise the ‘use case’ of the digital technologies it is tasked with procuring. This is arguably a new regulatory function for procurement, and one that is not yet embedded in procurement theory, regulation or practice. But one that is inescapable nonetheless. So one that is worth thinking about.

The institutional framework of the UK/EU Trade and Cooperation agreement — Public Procurement

AdobeStock_221858285.jpeg

The UK Parliament’s European Scrutiny Committee is conducting an inquiry into the ‘The institutional framework of the UK/EU Trade and Cooperation agreement’, which will remain open until 24 September 2021. In July, I submitted the written evidence below, which has now been published by the Committee. As always, comments or feedback most welcome (a.sanchez-graells@bristol.ac.uk).

I look forward to further outputs of this inquiry, as the functioning and effectiveness of the governance mechanisms (rushedly) created in the EU-UK TCA will take some time to fully understand.

Written Evidence to the House of Commons European Scrutiny Committee on “The institutional framework of the UK/EU Trade and Cooperation agreement”

Submitted 20 July 2021
By Professor Albert Sanchez-Graells
Professor of Economic Law
Co-Director, Centre for Global Law and Innovation
University of Bristol Law School
a.sanchez-graells@bristol.ac.uk

Submission

This document addresses some of the questions formulated by the House of Commons European Scrutiny Committee in its inquiry on “The institutional framework of the UK/EU Trade and Cooperation agreement” and, in particular:

  • What are the most important powers of the Trade and Cooperation Agreement (TCA) Partnership Council and the different Specialised Committees and what could the practical impact of the exercise of these powers be?

  • "What are the key features of the dispute resolution procedures provided for in the TCA and what are the likely legal and policy implications of these for the UK? How closely do they follow precedent in other trade agreements and do they raise any concerns with respect to the UK’s regulatory autonomy?

  • How could the UK/EU TCA institutions be utilised by the UK and EU to raise and, where possible, address, concerns about legal and policy developments on the other side which are of importance to them respectively (e.g. for the UK, changes in EU regulation in key areas like financial services, pharmaceuticals and energy)?

  • What should the Government’s approach to representing the UK in meetings of the TCA’s joint bodies be? Should the Devolved Administrations be involved in discussions that relate to devolved competences?

1. Background

01. This submission focuses on the field of public procurement, which is of primary economic interest to both the UK and the EU. According to a recent report for the European Commission,[1] cross-border procurement from the EU27 represented on average 20% by value of the UK’s total procurement expenditure for the period 2016-2019.[2] In turn, cross-border procurement from the UK represented on average 15% by value of EU27 procurement expenditure for the same period.[3] Most of this cross-border procurement was indirect (17.6% for EU27 in UK, and 9% for UK in EU 27), meaning that tenders were won by companies located in the same country as the contracting authority but controlled by companies in a foreign country[4]—in most common cases, this meant that public contracts were awarded to subsidiaries of large foreign corporate groups, or to SMEs controlled by those groups. Direct cross-border procurement—where contracts are awarded to companies located in a foreign country, which are either independent or controlled by companies in the same or a third foreign country—had a smaller but still relevant economic scale (2.3% for EU27 in UK, and 6% for UK in EU 27).

02. The economic relevance of both types of cross-border procurement is reflected in the bilateral market access commitments resulting from the UK’s accession to (and the EU’s continued membership of) the World Trade Organisation Government Procurement Agreement (WTO GPA),[5] and the additional bilateral market access commitments in the UK-EU Trade and Cooperation Agreement (TCA)[6]—which Annex 25 largely replicates the pre-Brexit reciprocal market access commitments between the UK and EU27,[7] with the only exception of the explicit exclusion of healthcare services. However, given that the pre-Brexit procurement-related import penetration for human health services had an average value close to null percent of public expenditure in both the UK and most EU27 countries,[8] this exclusion is unlikely to have significant practical effects.

03. The TCA contains several relevant provisions to facilitate direct and indirect cross-border trade through the award of public contracts in Title VI of Heading One of Part Two (Arts 276 and ff). Of those provisions, and particularly in view of the UK’s intended reform of domestic procurement rules,[9] the rules more likely to trigger practical implementation issues seem to be: Article 280 on supporting evidence; Article 281 on conditions for participation relating to prior experience; Article 282 on registration systems and qualification procedures; Article 284 on abnormally low prices, in particular as it relates to subsidy control issues;[10] Article 285 on environmental, social and labour considerations;[11] Article 286 on review procedures; and Article 288 on the national treatment of locally established suppliers, which is applicable beyond ‘covered procurement’ (Art 277) and of particular importance to indirect cross-border procurement. The TCA also includes specific rules for the modification and rectification of market access commitments (Arts 289 to 293), which can become highly relevant if new trading patterns emerge during the implementation of the TCA that show a rebalancing of previous trends (see above para 01).

04. Institutionally, in addition to being under the general powers of the Partnership Council (Art 7(3)), public procurement regulation falls within the remit of the Trade Partnership Committee (Art 8(1)(a)), and even more specifically within the remit of the Trade Specialised Committee on Public Procurement (Art 8(1)(h), the ‘TSC on Procurement’), which is specifically tasked with addressing matters covered by Title VI of Heading One of Part Two, under the supervision of the Trade Partnership Committee (Art 8(2)(d)).[12] The TSC on Procurement is meant as the primary forum for the Parties to exchange information, discuss best practices and share implementation experience (Art 8(3)(f)), and has the tasks of monitoring the implementation of the procurement title of the TCA (Art 8(3)(a)) and discussing technical issues arising from TCA implementation (Art 8(3)(e)).

05. It can be expected that any future disputes over the regulation of public procurement will first emerge in the context of the activities of the TSC on Procurement, with potential escalation to the Trade Partnership Committee so that it can exercise its function of exploring the most appropriate way to prevent or solve any difficulty that may arise in relation to the interpretation and application of the TCA (Art 8(2)(e)); further escalation to the Partnership Council in relation to its power to make recommendations to the Parties regarding the implementation and application of the TCA (Art 7(4)(b)); and, ultimately, the possible launch of a formal dispute under Title I of Part Six of the TCA. Therefore, this submission will be primarily concerned with the configuration and likely operation of the TSC on Procurement and will only touch briefly on the more general powers of the Trade Partnership Committee and the Partnership Council. Dispute resolution mechanisms are not considered, except in relation to the potential overlap with those of the WTO Government Procurement Agreement.

2. Powers of the TSC on Procurement and of the Trade Partnership Committee, and practical impact of their exercise

06. The powers of the TSC on Procurement, like those of all other Trade Specialised Committees, are detailed in Article 8(3) TCA. Other than the general powers to monitor the implementation of the TCA, discuss technical issues and provide an information exchange forum mentioned above (para 04), the most important practical power would seem to be that of adopting decisions where the TCA (or a supplementing agreement) so provides (Art 8(3)(d)). However, it should be noted that the TCA does not foresee this possibility and that the TSC on Procurement is only mentioned in the provision that envisages its creation (Art 8(1)(h)). Therefore, the TSC on Procurement is currently devoid of decision-making powers and it can only be seen as a consultative technical forum primarily geared towards information exchange and technical dialogue. This is reflected in eg the way the European Commission presents the role of the TSC on Procurement, which is only envisaged as a feeder mechanism towards discussions at the Trade Partnership Committee, seen as the ‘principal formation for trade matters’.[13] This is also reflected in the current UK Government’s view of the TSC on Procurement.[14] Logically, it should also be the forum for the setting of common approaches to the UK and EU’s cooperation in the international promotion of the mutual liberalisation of public procurement markets (Art 294(1)), and the most suitable forum for the mutual provision of annual statistics on covered procurement (Art 294(2)).

07. It should also be stressed that the TSC on Procurement and the Trade Partnership Committee are not involved in the procedures leading to the modification or rectification of the market access commitments of the UK and the EU under the TCA (Arts 289 to 293). Indeed, these procedures are foreseen as strictly bilateral. While it is possible (and likely) that any discussions and possible consultations launched by one of the Parties in relation to market access commitments are initially hosted in the TSC on Procurement, it is clear that the latter has no decision-making powers. It is also clear that the only power of the Trade Partnership Committee in relation to market access commitments is to formally amend the relevant Sub-section under Section B of Annex 25 once these have been mutually agreed, or as a result of a final decision ending a dispute (Art 293).

08. On the whole, the TCA does not grant any of its bodies with decision-making powers regarding the regulation of public procurement or their mutual market access commitments and, as a consequence, any future changes and any related disputes will remain strictly inter-governmental, with the TSC on Procurement and the Trade Partnership Committee simply serving as a forum for the discussion of the relevant issues and for the exploration of amicable solutions that could prevent the launch of a formal dispute under Title I of Part Six of the TCA.

3. Dual dispute resolution regime

09. In case disputes could not be solved, it should be considered that there is a dual regime applicable in case of the TCA’s procurement obligations that are ‘substantially equivalent’ to those resulting from the WTO GPA. Given that the TCA procurement rules are clearly based on the GPA (GPA+ approach), and that a significant part of the market access commitments directly derive from the UK’s and the EU’s GPA coverage schedules, this can be the case of the majority of potential disputes arising from the implementation of the TCA.

10. In connection to the dual dispute resolution regime, it should be noted that Article XX of the GPA provides that the WTO's Understanding on Rules and Procedures Governing the Settlement of Disputes also applies to disputes under the GPA. Therefore, as foreseen in Article 737 TCA, the party seeking redress would be able to select the forum in which to settle the dispute and, once chosen, it would be barred from initiating procedures under the other international agreement, unless the forum selected first failed to make findings for procedural or jurisdictional reasons. It is difficult to establish which of the two available routes is more likely to be used in case of a dispute under the TCA procurement rules, but it would seem that the TCA-specific dispute resolution mechanism would allow the UK and the EU to have their interests taken into account within the specific context of their bilateral relationship, rather than in the broader context of the multilateral relationships emerging from the WTO GPA. In that regard, this could be the preferable route.

4. How to best utilise these fora to address legal and policy developments

11. Like in most other trade areas, one of the challenges in keeping open trade in procurement markets across the UK and the EU concerns non-tariff barriers. This is clearly recognised in the TCA, for example in relation to documentary requirements applicable to the participation in tenders for public contracts (Art 280),[15] or concerning conditions for participation such as prior experience (Art 281).[16] One of the main risks going forward is that, in seeking to leverage public expenditure to achieve environmental and social goals (but also economic recovery goals, post-pandemic), both the UK and the EU are likely to create both mandatory and discretionary requirements that will increase compliance costs for economic operators seeking to tender for public contracts both in the EU and in the UK, as well as potential (implicit) preferential treatment for domestic suppliers. A clear recent example can be found in the UK’s policy on ‘net zero’ for major government contracts, which seeks to impose ‘as a selection criterion, a requirement for bidding suppliers to provide a Carbon Reduction Plan (using the template at Annex A) confirming the supplier’s commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that they have in place and which will be in effect and utilised during the performance of the contract’.[17] This could disadvantage tenderers with no specific plans coming from jurisdictions without such a requirement, as well as those with net zero plans with a different time horizon, or with a different geographical concentration, which could nonetheless be in compliance with the requirements applicable in the EU. It is easy to imagine alternative scenarios where the disadvantage could be against UK-based tenderers, or their EU subsidiaries. Therefore, one of the main roles of the TCA fora, and in particular the TSC on Procurement, should be to minimise trade friction resulting from this type of initiatives, ideally by discussion of options and the co-creation of acceptable common solutions ahead of their adoption in law or policy. There is a potential overlap between the work on general standardisation issues, covered by other parts of the TCA, and procurement-specific standardisation. However, given the current trend of leveraging procurement to achieve environmental, social and economic/industrial goals, it is likely that a large number of non-tariff barriers will be procurement-specific.

12. Conversely, another of the challenges in procurement regulation going forward will be tackling challenges that exceed the regulatory capacity and purchasing power of a single State, or which are much more likely to be successful if undertaken as part of an international collaboration. The development of adequate frameworks for the procurement of Artificial Intelligence (AI), and for the deployment of AI in the management of procurement are clear examples, where the UK has positioned itself as a frontrunner.[18] In these fields, seeking regulatory collaboration would be to both the UK and EU’s advantage, as their united approach to procurement regulation should not only encompass market liberalisation (Art 294), but also broader issues.

13. As emerges from the previous two paragraphs, it seems that the best use of the institutional mechanisms created by the TCA is one premised on a proactive approach to maintaining and developing regulatory convergence. This could work well, given the starting point of almost complete alignment of UK and EU procurement regulation and policy,[19] and pre-empt the emergence of disputes resulting from uncoordinated legislative and policy reforms.

14. By contrast, one of the worse possible uses of the TCA institutional framework would be to use it to channel disputes concerning single tender procurement disputes, which would likely unavoidably lead to a quick escalation of highly politicised disputes. Both parties should be able to resist political pressures to bring to these fora issues that must be adjudicated through the domestic review procedures implementing the obligations resulting from Article 286 TCA (and equivalent WTO GPA obligations).

5. UK position and participation of the Devolved Administrations

15. There is a Provisional Public Procurement Common Framework of March 2021 that sets out proposed four-nation ways of working for domestic and international public procurement policy and legislation. It is intended to guide the actions of policy officials of all four nations as they develop policies on public procurement.[20] Notably, there were two sections of the Common Framework that were still under discussion at the time of its publication: one on UK Government engagement with the Devolved Administrations on WTO GPA business; and another one to reflect International Agreements.

16. It seems impractical to have different arrangements for the participation of the Devolved Administrations on WTO GPA and on UK-EU TCA business, in particular given the significant overlap between both sets of regulatory instruments. A common approach should be developed for both situations and included in the final version of the Public Procurement Common Framework. It would seem advisable to have a flexible system whereby the standard procedure is for a single four-nations position to be agreed ahead of the UK’s engagement in discussions with the EU in the context of the TCA institutions, but where it should also be possible for a representative of a Devolved Administration to directly participate in discussions concerning nation-specific matters. This could be the case, for example, where one of the four nations took a different approach to a specific issue and that was queried by the EU.

­­­­­­­­­­­­­­­­­­­­­___________________

Biographical information

Professor Albert Sanchez-Graells is a Professor of Economic Law at the University of Bristol Law School and Co-Director of its Centre for Global Law and Innovation. He is also a former Member of the European Commission Stakeholder Expert Group on Public Procurement (2015-18) and of the Procurement Lawyers’ Association Brexit Working Group (2017), as well as a current Member of the European Procurement Law Group.

Albert is a specialist in European economic law, with a focus on competition law and procurement. His research concentrates on the way the public sector interacts with the market and how it organises the delivery of public services, especially healthcare. He is also interested in general issues of sectorial regulation and, more broadly, in the rules supporting the development and expansion of the European Union's internal market, as well as the EU’s trade relationships with third countries, including the UK.

His influential publications include the leading monograph Public Procurement and the EU Competition Rules, 2nd edn (Bloomsbury-Hart, 2015). He has also co-authored Shaping EU Public Procurement Law: A Critical Analysis of the CJEU Case Law 2015–2017 (Wolters-Kluwer, 2018), edited Smart Public Procurement and Labour Standards. Pushing the Discussion after RegioPost (Hart, 2018), and coedited Reformation or Deformation of the Public Procurement Rules (Edward Elgar, 2016), Transparency in EU Procurements. Disclosure Within Public Procurement and During Contract Execution (Edward Elgar, 2019) and European Public Procurement. Commentary on Directive 2014/24/EU (Edward Elgar, 2021). Most of his working papers are available at http://ssrn.com/author=542893 and his analysis of current legal developments is published in his blog http://www.howtocrackanut.com.

___________________

Notes

[All websites last visited on 20 July 2021.]

[1] Prometeia SpA, BIP Business Integration Partners – Spa, Economics for Policy a knowledge Center of Nova School of Business and Economics Lisboa, Study on the measurement of cross-border penetration in the EU public procurement market. Final report (Mar 2021), available at https://op.europa.eu/s/pmUR.

[2] These figures aggregate direct and indirect procurement as reported in Table 2-5 of the Report (n 1).

[3] These figures aggregate direct and indirect procurement as reported in Tables 2-6 and 2-8 of the Report (n 1).

[4] Report (n 1) 18.

[5] WTO, Revised Agreement on Government Procurement and WTO related legal instruments (2012) available at https://www.wto.org/english/docs_e/legal_e/rev-gpr-94_01_e.pdf.

[6] Trade and Cooperation Agreement between the United Kingdom of Great Britain and Northern Ireland, of the one part, and the European Union and the European Atomic Energy Community, of the other part, made in Brussels and London, 30 December 2020. Treaty Series No.8 (2021), available at https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/982648/TS_8.2021_UK_EU_EAEC_Trade_and_Cooperation_Agreement.pdf.

[7] In part, this is a result of incorporating the UK’s and EU27’s market access commitments under the WTO GPA; Article 277(1) UK-EU TCA. See A Sanchez-Graells, ‘Public procurement regulation’, in H Kassim, S Ennis and A Jordan (eds), UK Regulation after Brexit (Feb 2021) 23-24, available at https://ukandeu.ac.uk/wp-content/uploads/2021/02/UK-regulation-after-Brexit.pdf.

[8] See Table 1-6 of the Report (n 1).

[9] Cabinet Office, Green Paper Transforming Public Procurement (15 Dec 2020), available at https://www.gov.uk/government/consultations/green-paper-transforming-public-procurement. For analysis, see A Sanchez-Graells, “The UK’s Green Paper on Post-Brexit Public Procurement Reform: Transformation or Overcomplication?” (2021) 16(1) European Procurement & Public Private Partnership Law Review 4-18, pre-print version available at https://ssrn.com/abstract=3787380.

[10] Subsidy control issues are not covered in detail in this written submission, as they are the object of parallel regulation in the UK-EU TCA.

[11] Environmental, social and labour considerations are not covered in detail in this written submission, as they are the object of parallel regulation in the UK-EU TCA.

[12] For a general description of the governance and dispute resolution mechanisms in the TCA, see House of Commons Library (S Fella), The UK-EU Trade and Cooperation Agreement: governance and dispute settlement (19 February 2021) Briefing Paper Num. 9139, available at https://researchbriefings.files.parliament.uk/documents/CBP-9139/CBP-9139.pdf, and idem, ‘Governing the new UK-EU relationship and resolving disputes’ (24 Feb 2021), available at https://commonslibrary.parliament.uk/governing-the-new-uk-eu-relationship-and-resolving-disputes/.

[13] European Commission, Trade Policy, UK fact sheet (undated), available at https://ec.europa.eu/trade/policy/countries-and-regions/countries/united-kingdom/.

[14] See eg answer to written question UIN 25876 of 1 July 2021, available at https://questions-statements.parliament.uk/written-questions/detail/2021-07-01/25876.

[15] ‘Each Party shall ensure that at the time of submission of requests to participate or at the time of submission of tenders, procuring entities do not require suppliers to submit all or part of the supporting evidence that they are not in one of the situations in which a supplier may be excluded and that they fulfil the conditions for participation unless this is necessary to ensure the proper conduct of the procurement.’

[16] ‘Each Party shall ensure that where its procuring entities require a supplier, as a condition for participation in a covered procurement, to demonstrate prior experience they do not require that the supplier has such experience in the territory of that Party.’

[17] Procurement Policy Note 06/21: Taking account of Carbon Reduction Plans in the procurement of major government contracts (15 Jun 2021), available at https://www.gov.uk/government/publications/procurement-policy-note-0621-taking-account-of-carbon-reduction-plans-in-the-procurement-of-major-government-contracts.

[18] Office for Artificial Intelligence, Guidelines for AI procurement (8 Jun 2020), available at https://www.gov.uk/government/publications/guidelines-for-ai-procurement.

[19] Subject to changes derived from the Government’s response to the green paper consultation, above (n 9).

[20] Available at https://www.gov.uk/government/publications/public-procurement-provisional-common-framework.

Re Blockchain and Public Law (Pollicino and De Gregorio eds, Edward Elgar 2021)

9781839100789.jpg

There is an interesting recent release in the area of Govtech: O Pollicino & G De Gregorio (eds), Blockchain and Public Law. Global Challenges in the Era of Decentralisation (Edward Elgar 2021).

It is an edited collection prefaced by a sharp critical account of the blockchain utopia (Kohl), and comprising a broad spectrum of analyses of the potential implications of blockchain on a range of public law areas, including: sovereignty (De Caria), citizenship (Gstrein & Kochenov), democracy (Goossens), authoritarianism (Bell), public administration (Hermstrüwer), freedom of expression (De Gregorio), or privacy (De Hert & Kumar). It also includes sectorial analyses in healthcare (Motsi-Omoijiade & Kharlamov), FinTech (Annunziata), antitrust (Maggiolino & Zoboli) and the broader issue of smart contracts (Sirena & Patti).

The chapters engage with analysis at different levels, from high level doctrinal considerations premised on the feasibility of completely decentralised blockchain implementations, to bottom-up reflections based on the emerging evidence of more limited blockchain implementations and their difficult coordination with existing legal frameworks. The diversity of approaches to the analysis of the public law implications of blockchain technology is in itself very thought-provoking, as it forces the reader to (eventually) take a stance on the likelihood of some of the scenarios considered in the book. There are two chapters that stood out to me.

The first one is Kohl’s ‘Blockchain utopia and its governance shortfalls’ (13-40). In this convincingly argued chapter, Kohl ‘sows seeds of scepticism about blockchain governance and liberation narratives’. Indeed, Kohl dissects the blockchain utopia and raises a number of heavy criticisms of essentialist approaches to the impact of this technology, mainly relying on a legal realist critical approach to the potential functionalities and the contextual constraints on the adoption of new technologies. Some of Kohl’s insights are worth highlighting, reproducing in full, and keeping in mind when thinking about these issues and, more generally, about the potential impact of digital technologies on public governance and law.

… the uptake of blockchain is premised on an assumption of the continued validity and relevance of established legal orders (even if their precise application may often still be uncertain), which is consistent with its transition into legitimacy and its endorsement by those for whom the legal system provides important protection of their proprietary interests. To be sure, new blockchain entrants may challenge existing intermediaries and bottlenecks and, in the course of doing so, disrupt the redistribution of assets and thereby unsettle existing ‘value asymmetries’, but overall the incorporation of blockchain technologies into mainstream society is likely to see it tamed, rather than unleashed. The broader point is that technologies, whether the internet or blockchain, are tightly and on multiple levels interconnected with exiting social orders and those interconnections decide upon the configurational latencies of the technological innovation within concrete settings: who uses the technological innovation in what configuration, for what purposes and against whom. This is not to deny the possibility of socio-technological disruptions to existing orders, but rather to emphasise how dominant political and economic actors will look to new technology for opportunities for maintaining, reinforcing and enhancing the status quo, and some of these ways may produce the very opposite outcomes to those articulated in utopian narratives (24-25, reference omitted and emphasis added).

Although blockchain may guarantee the authenticity and integrity of information as per creation, it cannot comment on the substantive value or quality of that information in its interface with reality. This quality exists on a different ontological level, not susceptible to verification by any distributed ledger. In a subscription contract for an online news service, blockchain applications may facilitate secure payments and even certify the provenance of the news item. Yet, it cannot certify the factual truth of the story or the competent interpretation of facts. However, it is in respect of these quality aspects of information production that important forms of trust are invoked; in the case of news, the trust in another’s construction of reality. This extra layer of trust, on the one hand, calls into question the validity of the distinction between the ‘internet of value’ and the ‘internet of information’ as generated by the blockchain phenomenon. Although blockchain applications can facilitate certain transactional aspects with security, and thereby enable new forms of value exchanges, the ‘internet of value’ is constituted of informational exchanges and there are important quality aspects of information to which blockchain does not speak. These can only be addressed by traditional gatekeepers acting as trusted third parties … (30-31, references omitted).

When decentralisation or disintermediation blockchain narratives argue for the substitution or marginalisation of existing corporations (such as banks or online platforms …) through distributed networks or decentralised organisations, they achieve much less than meets the eye. First, in essence they seek to replace one collective action mechanism for another - on the basis of the preferability of a flatter or distributed decision-making structure within the network or organisation … Essentially, public blockchain networks and organisations are ‘entities’ without a central management. This, however, only addresses the internal side of the organisation (by empowering its members …); the corporation’s cooperative arrangement, however, was also designed to present a unified front to the outside and thereby cushion its members from volatile markets. Assuming that even in a blockchain landscape, there would still be markets for blockchain networks competing with each other …, the decentralised networks or organisations would just become another intermediary, or centre of economic power, and thus recreate some of the very dependencies vis-à-vis users, that utopian accounts seek to redress. In other words, the replacement of a centralised management within an organisation does not touch upon its centralised position within a market: disintermediation within does not affect intermediation outside (35-36, references omitted).

Coupled with transaction costs analysis (which Khol also addresses eg at 40, and on which see here), these three insights put together seem to me to point towards the conclusion that blockchain is structurally incapable of creating an alternative institutional framework that is completely decentralised and, more specifically, that blockchain will not deliver a meaningful disruption of current institutions, even if it is suited to alter some of their processes.

From that perspective, the second chapter I find a must-read is Hermstrüwer’s ‘Blockchain and public administration‘ (105-122), which is a perfect concretization and further elaboration of the above insights. In this chapter, Hermstrüwer convincingly argues that ‘blockchain technology provides a much weaker basis for truly decentralized and legitimacy-preserving public administration than blockchain evangelists tend to claim. The main reason … [being] that [blockchain] is too static and rigid to be aligned with principles of administrative law without further ado’ (106).

Hermstrüwer demostrates this by explicit reference to problems or inconsistencies between blockchain and the foundational characteristics of public administration, such as: centralization; the incompleteness of administrative rules and decisions requiring interpretation; the tensions inherent in the unavoidability of the exercise of discretion in some contexts and the discretion aversion of public servants in other contexts; variability and intertemporal effects concerning the validity of administrative decisions, or the efficiency of public administrative action. The chapter further considers important issues of legitimacy of administrative action, including the security of and accountability for administrative decision-making. The conclusion that ‘Neither blockchain technology nor smart public contracts will be able to supplant centralized administrative agencies and courts … Blockchain technology might facilitate more cost-effective, secure and accurate procedures in the areas of public registration, verification, permissions and cross-agency cooperation … blockchain may remain what it currently is: a useful distributed ledger’ (122) can but be entirely shared.

To my mind, these two chapters and the broader variety of perspectives in the book, make an important contribution to current scholarly debates. Hopefully this research will also be noticed by policymakers presented with opportunities (or pressures) to adopt blockchain technologies.

[No more] free procurement books: first come first served

thumbnail_IMG_4901.jpg

Update: all books gone in the first hour. Thank you all for your interest and for lovely emails.

* * * * *

Going back to the office after along time has made me realise that I had been squirrelling away quite a lot of materials and books that, to be perfectly honest, I have not missed during lockdowns etc (I missed others, though!). More strangely (in retrospect), I had been keeping multiple copies of my own books, or books to which I had contributed. And this is something I would like to correct, in case those books can be of use to somebody else.

So, dear HTCaN friend, if you are interested in any of the books in the following list, please email me (a.sanchez-graells@bristol.ac.uk) and I will gladly post it to you for free (with or without dedication, your choice).

I offer them on a first come, first served basis, but I would be interested to know why you are interested in a specific book/s (academics are notoriously known for our egos, are we not?). This is what is available:

  • 1 copy of A Sanchez-Graells, Public procurement and the EU competition rules (Hart 2011). [This one is only for collectors, I guess …]

  • 1 copy of A Sanchez-Graells, Public procurement and the EU competition rules (2nd edn, Hart 2015).

  • 1 copy of A Sanchez-Graells (ed), Smart Public Procurement and Labour Standards:Pushing the Discussion after RegioPost (Hart 2018).

  • 1 copy of G S Ølykke and A Sanchez-Graells (eds), Reformation or Deformation of the EU Public Procurement Rules (Edward Elgar 2016).

  • 3 copies of A Sanchez-Graells and C De Koninck, Shaping EU Public Procurement Law: A Critical Analysis of the CJEU Case Law 2015-2017 (Wolters Kluwer 2018).

  • 3 copies of M Comba and S Treumer (eds), Award of Contracts in EU Procurements (DJØF 2013).

  • 3 copies of M Burgi, M Trybus and S Treumer (eds), Qualification, Selection and Exclusion in EU Procurement (DJØF 2016).

  • 3 copies of KM Halonen, R Caranta and A Sanchez-Graells (eds), Transparency in EU Procurements. Disclosure Within Public Procurement and During Contract Execution (Edward Elgar 2019).

I hope this is of interest to some of you — and that the books will not end up in Amazon …